ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation

SOL #: 69056726R000003Solicitation

Overview

Buyer

Transportation
Federal Highway Administration
690567 WESTERN FEDERAL LANDS DIV
VANCOUVER, WA, 98661, United States

Place of Performance

Grangeville, ID

NAICS

Highway (237310)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 19, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 10, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Federal Highway Administration (FHWA), Western Federal Lands Division, is soliciting proposals for the National Forest Service System Road 221 Rehabilitation project (ID FS NEZPR117 221(1)) in Idaho County, Idaho. This is a Task Order Request for Proposals (TORP) under the existing Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC). The project is estimated to be valued between $10 million and $20 million. Proposals are due March 10, 2026, by 2:00 PM local time.

Scope of Work

This project involves the rehabilitation of approximately 27.55 to 29.7 miles of National Forest System Road 221 within the Nez Perce-Clearwater National Forest. Key deliverables include:

  • Pavement Preservation & Repair: Full depth reclamation with cement (8-inch and 12-inch), chip seal, micro surfacing, asphalt concrete pavement and patching.
  • Earthwork & Drainage: Subexcavation, culvert replacements (18, 24, 36, 48, 96-inch pipes), shoulder repair (slumps, minor slides), and earthwork geosynthetics.
  • Slope Reinforcement: Installation of Reinforced Soil Slopes (RSS) with welded wire face, riprap (Class 2, 3, 4), rockery, and special rock embankment.
  • Incidental Construction: Construction survey & staking, quality control, soil erosion & sediment control (fiber rolls, stabilized construction exits), temporary and permanent traffic control (flagger, pilot car, supervisor), and signage.
  • Geotechnical Considerations: The project utilizes materials from the Twin Cabin quarry site, with detailed geotechnical reports available for material suitability and site conditions.

Contract Details

  • Contract Type: Firm Fixed-Price Task Order Contract.
  • Estimated Value: $10,000,000 to $20,000,000.
  • Period of Performance: Anticipated Notice to Proceed by May 15, 2026, with a fixed completion date of October 30, 2026.
  • Eligibility: This TORP is restricted to existing IDIQ holders of the Idaho, Montana, and Surrounding Areas MATOC. Only proposals from the listed prime contractors (ASCORP INC, GRANITE CONSTRUCTION, HAMILTON CONSTRUCTION, M.A. DEATLEY CONSTRUCTION, INC., MJ HUGHES CONSTRUCTION, INC., THOMPSON CONTRACTING, INC) will be accepted.
  • Set-Aside: Not applicable; restricted to specific MATOC IDIQ holders. Large businesses are required to submit an acceptable subcontracting plan.

Submission & Evaluation

  • Proposal Due Date: March 10, 2026, by 2:00 PM local time.
  • Submission Method: Electronic proposals will NOT be accepted. Submit printed copies to the address listed on the SF 1442.
  • Evaluation Criteria: Selection will be based on the lowest price.
  • Questions: General and technical questions are due five (5) days before the proposal due date. Technical questions should be emailed to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov or by phone at 360-619-7520.

Key Clarifications & Notes

  • Recent Q&A (February 27, 2026) clarified control point coordinates (Northing/Easting and Lat/Long provided), micro-surfacing aggregate (Type II) and application rate (submit per Subsection 409.04(g)), equipment requirements (Subsection 409.05), and confirmed rolling of cured micro-surfacing is not required.
  • The project uses "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24" and U.S. Customary units.
  • Preliminary plans and geotechnical reports are available for review. Prospective Offerors were encouraged to view the project site during fall due to potential snow access issues after October 1.

People

Points of Contact

Contracts G. OfficePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Mar 16, 2026
View
Version 9
Solicitation
Posted: Mar 9, 2026
View
Version 8
Solicitation
Posted: Mar 7, 2026
View
Version 7
Solicitation
Posted: Mar 6, 2026
View
Version 6
Solicitation
Posted: Mar 6, 2026
View
Version 5
Solicitation
Posted: Mar 2, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 27, 2026
Version 3
Solicitation
Posted: Feb 12, 2026
View
Version 2
Solicitation
Posted: Jan 27, 2026
View
Version 1
Pre-Solicitation
Posted: Sep 19, 2025
View
ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation | GovScope