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, Western Federal Lands Highway Division has issued a Task Order Request for Proposals (TORP) for the National Forest Service System Road 221 Rehabilitation project (ID FS NEZPR117 221(1)) in Idaho County, ID. This opportunity is exclusively for pre-selected MATOC IDIQ Holders. The project, estimated between $10 million and $20 million, involves comprehensive road rehabilitation. Proposals are due March 13, 2026.
Scope of Work
This project entails the rehabilitation of approximately 27.55 miles of National Forest System Road 221. Key tasks include pavement reclamation, surface treatments (specifically Type 3 Micro Surfacing as updated by Amendment A001), subexcavation, and drainage improvements. Additional work covers culvert replacements, shoulder repair, installation of reinforced soil slopes, and implementation of soil erosion and sediment control measures. The project also requires temporary and permanent traffic control, as well as new and existing signage management. All work will adhere to the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24."
Contract Details
This is a Firm Fixed-Price Task Order Contract. The period of performance is set to commence within 10 calendar days after the Notice to Proceed, which is anticipated by May 15, 2026, with a fixed completion date of October 30, 2026. The estimated price range for this project is $10 million to $20 million.
Eligibility & Submission
This TORP is restricted to specific contractors holding an Idaho, Montana, and Surrounding Areas MATOC IDIQ. The six eligible prime contractors are ASCORP INC, GRANITE CONSTRUCTION, HAMILTON CONSTRUCTION, M.A. DEATLEY CONSTRUCTION, INC., MJ HUGHES CONSTRUCTION, INC., and THOMPSON CONTRACTING, INC. The SAM.gov posting serves to announce the project and publicize opportunities for potential subcontractors. Proposals must be submitted as printed copies; electronic submissions will not be accepted. Large businesses are required to submit an acceptable subcontracting plan prior to contract award.
Key Updates & Deadlines
Amendment A001, posted on March 6, 2026, made several critical changes:
- The proposal due date has been extended from March 10, 2026, to March 13, 2026, by 1400 local time.
- Item A0520 in the bid schedule was updated from 'Micro Surfacing, Type 2' to 'Micro Surfacing, Type 3'.
- Section 409, 'Micro Surfacing,' in the Special Contract Requirements was revised in its entirety.
- Several plan sheets (B.1-B.2, C.1-C.4, C.5, D.3, D.4, D.8, E.1-E.2) have been revised. Offerors must acknowledge the extended due date and submit revised bid schedule pages A-7 through A-11 with their proposals.
Additional Information
Evaluation will be based on the lowest price. Geotechnical reports and a Stormwater Pollution Prevention Plan (SWPPP) are available, providing critical information on subsurface conditions, material sourcing (Twin Cabins Quarry), and environmental compliance. Technical questions can be directed to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov or 360-619-7520.