WA ERFO FS MTBKR605 2022-1(3) Mt. Baker - Forest Road 11 MP 23.9 Repair
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 bids for the WA ERFO FS MTBKR605 2022-1(3) Mt. Baker - Forest Road 11 MP 23.9 Repair project. This Invitation for Bids (IFB) is for an emergency repair of a roadway failure in the Mt. Baker-Snoqualmie National Forest, Whatcom County, Concrete, WA. This opportunity is a Total Small Business Set-Aside. Bids are due March 18, 2026, by 2:00 p.m. local time.
Scope of Work
This project involves the repair of approximately 0.038-0.039 miles of Forest Road 11. Key tasks include roadway, shoulder, and side-slope reconstruction, subexcavation, aggregate surfacing, and root-wad/riprap embankment. Specific deliverables encompass grading, reinforced soil slopes, and comprehensive environmental mitigation, such as check dams, temporary stream diversions, log deflectors, root wads, and soft armoring with plantings. Contractors will be responsible for construction survey and staking, quality control, soil erosion and sediment control, clearing, tree removal, earthwork geosynthetics, and aggregate and base courses. The work is governed by FAR, agency supplemental regulations, and FP-24 specifications, utilizing US Customary Units. Contractors must use the "Masterworks" web-based system for daily records. All backfill, aggregate, and topsoil must be sourced from commercial suppliers certified as noxious weed-free; use of forest sources is prohibited.
Contract Details
This is a Firm Fixed-Price contract with an estimated value between $700,000 and $2,000,000. The period of performance requires work to commence within 10 calendar days after the Notice to Proceed, with completion no later than September 11, 2026. Performance and Payment Bonds are required.
Submission & Evaluation
This solicitation is a Total Small Business Set-Aside, open only to small business concerns. Electronic bids are not accepted; bidders must submit printed copies to the address specified on SF 1442. The bid submission deadline is March 18, 2026, by 2:00 p.m. local time. Questions regarding the proposed work will be accepted until five business days before the due date. Technical questions should be sent to wfl.plans-spec@dot.gov, and general inquiries to wfl.contracts@dot.gov or 360-619-7520. Evaluation will be based on price and price-related factors.
Key Clarifications & Notes
Recent Q&A documents (latest dated March 16, 2026) clarify that Government-furnished stockpile areas (Sheet A.3, MP 21.5) are designated solely for rootwad and log deflector retrieval. Disposal of unsuitable or excess materials, or staging of equipment, is strictly prohibited at these locations. As of March 16, 2026, no amendments have been issued. Bidders are encouraged to view the project site, though snow conditions may make this difficult, and to verify their SAM.gov data. Interested parties should "Follow" this opportunity on SAM.gov for automatic notifications.