Monongahela National Forest
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), Eastern Federal Lands Highway Division, is soliciting bids for the Monongahela National Forest Project WV ERFO FS MNGAH921 2018-1(1). This project involves extensive roadway, shoulder, and slope repairs, as well as culvert and trail bridge repairs and replacements across Grant, Pocahontas, Randolph, Tucker, and Webster Counties, West Virginia. The estimated project value is between $10,000,000 and $20,000,000. This is an Unrestricted solicitation, open to all eligible business concerns. The bid opening occurred on April 28, 2026, at 2:00 p.m. EDT.
Scope of Work
The project focuses on the reconstruction of damaged roadway and trail sections, including bridge replacement and reconstruction, resulting from storm and flood damage. Work will be performed on Forest Service Roads (FSRs) 86, 102, 90, 13, 18, 17, 701, 707, and various Forest Service Trails. The scope includes addressing slope failures, roadway and shoulder washouts, and clogged culverts across 24 locations, totaling 1.27 miles of project length and 7.39 acres of disturbed area. Repairs involve roadway reconditioning, aggregate surfacing, culvert replacement, bridge replacement, streambank stabilization, and slope repair using methods like riprap, geotextile lining, and retaining walls. The project will be split into multiple work schedules/contract options.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Value: $10,000,000 to $20,000,000
- NAICS Code: 237310 - Highway, Street, and Bridge Construction
- Set-Aside: Unrestricted (open to all eligible business concerns)
- Performance Period: 740 calendar days if Schedules A, B, and C are awarded together. Schedule A only: 145 days; Schedule B (Option 1): 462 days; Schedule C (Option 2): 363 days.
Key Requirements & Technical Details
Bidders were required to adhere to STANDARD SPECIFICATIONS (FP-14). Critical technical documents include a Geotechnical Design Report Addendum (superseding previous recommendations, detailing scope adjustments, updated analyses, new mitigation measures like HPTRM, and soil corrosivity evaluations), a Hydraulic Report (detailing hydraulic modeling for culverts, bridges, and embankment slope analysis for riprap armoring), and comprehensive Engineering Plans (outlining project scope, locations, technical specifications, design details, and quantities). Environmental commitments and mitigation measures, such as restrictions on tree clearing during bat seasons and erosion control BMPs, are detailed in the Categorical Exclusion Form (NEPA).
Submission & Evaluation
Sealed bids were accepted electronically via email to EFLHD.Contracts@dot.gov, requiring the solicitation number, project number, and "ATTN: Ms. Emily McCleary" in the subject line, along with a scanned bid bond. Offers were required to be valid for 90 calendar days. Award will be made to the responsive, responsible offeror with the lowest Evaluation Total Price of Project. A 10% price evaluation preference is available for eligible HUBZone Small Business Concerns. A bid guarantee of 20% of the bid price or $3 million (whichever is less) was required.
Important Notes & Amendments
Prospective contractors must have an active SAM.gov registration and complete annual representations and certifications. Subcontracting plans are required from "other than small business" concerns when the requirement exceeds $2,000,000 for construction, with specific legislated goals for various small business categories. Amendments 0001, 0002, and 0003 provided responses to bidder questions, updated Special Contract Requirements and Bid Schedules, revised project plans, and incorporated FAR Clause 52.222-90 regarding DEI discrimination. The bid opening date was ultimately set for April 28, 2026.