ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Highway 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 Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) IDIQ. The project is valued between $10 million and $20 million. Proposals are due March 10, 2026.
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 work includes:
- Pavement preservation, repair, subexcavation, and drainage.
- Full-depth reclamation with cement (8-inch and 12-inch).
- Chipseal and micro surfacing.
- Replacement of approximately 17 culverts.
- Shoulder repair, including slumps and minor slides.
- Installation of a Reinforced Soil Slope (RSS) wall.
- Soil erosion and sediment control measures, temporary and permanent traffic control, and signage. Geotechnical reports and plans provide detailed information on subsurface conditions, material sources (Twin Cabins Quarry), and design considerations.
Contract Details
- Contract Type: Firm Fixed-Price Task Order Contract.
- Eligibility: This TORP is solely for existing MATOC IDIQ Holders (ASCORP INC, GRANITE CONSTRUCTION, HAMILTON CONSTRUCTION, M.A. DEATLEY CONSTRUCTION, INC., MJ HUGHES CONSTRUCTION, INC., THOMPSON CONTRACTING, INC.). It is advertised on SAM.gov to assist potential subcontractors.
- Set-Aside: Not applicable; limited competition among specific MATOC IDIQ holders. Large businesses are required to submit an acceptable subcontracting plan.
- Estimated Value: $10,000,000 to $20,000,000.
- Period of Performance: Anticipated start by May 15, 2026, with a fixed completion date of October 30, 2026.
Submission & Evaluation
- Proposal Due Date: March 10, 2026, by 1400 local time.
- Submission Method: Printed copies of proposals only; electronic proposals will NOT be accepted.
- Evaluation Criteria: Selection will be based on the lowest price.
- Questions Due: General and technical questions are due five (5) days before the proposal due date.
Key Clarifications & Notes
Recent Q&A documents (latest March 2, 2026) have provided clarifications on:
- Control Points: Northing/Easting and Lat/Long coordinates are provided for control locations.
- Micro-surfacing: Type II aggregate is specified, and bidders should submit proposed application rates per Subsection 409.04(g). Equipment must conform to Subsection 409.05, and aggregate screening is required. Rolling of cured micro-surfacing is not required.
- Contact: Primary contact is Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.