OK FW TSM 10(1) NFH Entrance Road and Parking Improvements
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), Central Federal Lands Highway Division, is conducting a Sources Sought to identify qualified small business prime contractors for the OK FW TSM 10(1) NFH Entrance Road and Parking Improvements project in Tishomingo, Oklahoma. This notice aims to determine if a Total Small Business Set-Aside is feasible for the upcoming solicitation. Interested firms must respond by May 29, 2026.
Purpose & Scope
This is not a request for bid but market research to gauge interest from HUBZone, Woman-Owned, 8(a), and Service-Disabled Veteran-Owned Small Businesses. The project involves significant improvements at the Tishomingo National Fish Hatchery (NFH), including addressing deteriorated pavement on the entrance loop, adding a small parking area, and paving the entrance road and parking area south of HWY 7. The work is a 3R project (Resurfacing, Restoration, and Rehabilitation) to provide a new driving surface, entrance gates, culverts, and Architectural Barriers Act (ABA) compliant parking spots and curb ramps.
Key Work Items
- Full Depth Reclamation Method 2, 6-inch depth: 6,800 SQYD
- Asphalt Concrete Pavement: 1,250 TON
- Roadway Excavation: 400 CUYD
- Culvert replacement
- Construction of new parking areas with aggregate base and asphalt pavement
- Installation of two new entrance gates
Contract & Timeline
- Type: Sources Sought / Market Research
- Estimated Price Range: $700,000 to $2,000,000
- Set-Aside: Anticipated Total Small Business Set-Aside (pending market research)
- Response Due: May 29, 2026, by 2 p.m. local Denver time
- Published: May 15, 2026
- Anticipated Advertisement: Spring 2027
- Anticipated Construction: Summer 2027
- Anticipated Completion: October 2027
Submission Requirements
Interested small business prime contractors must submit the following via email to CFLAcquisitions@dot.gov (Attn: Eric Grosskreuz):
- Positive statement of intent to bid as a Prime Contractor.
- List of all confirmed socioeconomic categories (e.g., 8(a), HUBZone, SDVOSB, WOSB).
- Letter from a bonding agent confirming capability to bond for a single project of $2 million and aggregate bonding capacity.
- List of road construction projects of equal or greater value and scope, specifically demonstrating experience with full depth reclamation, aggregate base, asphalt pavement, concrete ABA compliant curb ramps, and ABA compliant parking spots.
Additional Notes
Firms must be certified in SAM.gov. This notice is for market research only and does not constitute a solicitation.