OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington

SOL #: 69056725R000004Solicitation

Overview

Buyer

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

Place of Performance

Vancouver, WA

NAICS

Highway (237310)

PSC

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

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2025
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Feb 17, 2026, 10:00 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, has issued Solicitation 69056725R000004 for Pavement Preservation services in Oregon and Southern Washington. This is a Task Order Request for Proposals (TORP) under the Western Region Pavement Preservation (WRPP) Multiple Award Task Order Contract (MATOC) IDIQ. Proposals are due February 18, 2026.

Scope of Work

This project, titled "OR WA NP MULTI PMS(1)", involves comprehensive pavement preservation activities across National Park sites. Key tasks include:

  • Rack sealing, patching, and micro surface treatments.
  • Pavement marking for roads and parking areas.
  • Temporary traffic control measures. Work will be performed at Fort Vancouver National Historic Site (Vancouver, WA), Lewis and Clark National Historic Park (near Astoria, OR), and Oregon Caves National Monument and Preserve (South of Cave Junction, OR). The project has a length of 3.85 miles and includes Base, Option X, and Option Y schedules, with detailed quantities provided in the final plans.

Contract Details

  • Contract Type: Firm Fixed-Price Task Order Contract.
  • Estimated Price Range: $2,000,000 to $5,000,000.
  • Period of Performance: Fixed completion date of August 20, 2026, with work commencing within 10 calendar days after notice to proceed.
  • Eligibility: This solicitation is solely for specific prime contractors holding a WRPP MATOC IDIQ. It is advertised on SAM.gov to publicize opportunities for potential subcontractors.
  • Set-Aside: Not applicable; limited to existing MATOC holders.

Submission & Evaluation

  • Proposal Due Date: February 18, 2026, by 22:00 UTC.
  • Submission Method: Printed copy of bid; electronic bids are not accepted.
  • Questions: Technical questions must be submitted in writing to wfl.plans-spec@dot.gov up to five business days prior to the due date. General questions can be directed to wfl.contracts@dot.gov or 360-619-7520.
  • Evaluation: Selection will be based on the lowest price for the combined total of the Base and Option schedules. Large businesses are required to submit an acceptable subcontracting plan prior to contract award.

Amendments & Clarifications

Amendment A002 extended the bid opening date to February 18, 2026. Amendment A001 updated wage schedules and aggregate specifications. Q&A documents clarified MATOC contractor locations and weather-related operational procedures.

People

Points of Contact

Contracts G. OfficePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Feb 12, 2026
View
Version 8
Solicitation
Posted: Feb 11, 2026
View
Version 7
Solicitation
Posted: Jan 27, 2026
View
Version 6
Solicitation
Posted: Jan 21, 2026
View
Version 5Viewing
Solicitation
Posted: Jan 20, 2026
Version 4
Solicitation
Posted: Jan 5, 2026
View
Version 3
Pre-Solicitation
Posted: Nov 13, 2025
View
Version 2
Pre-Solicitation
Posted: Nov 6, 2025
View
Version 1
Pre-Solicitation
Posted: Feb 26, 2025
View