WA ERFO FS MTBKR605 2022-1(3) Mt. Baker - Forest Road 11 MP 23.9 Repair
SOL #: 69056726B000002Solicitation
Overview
Buyer
Transportation
Federal Highway Administration
690567 WESTERN FEDERAL LANDS DIV
VANCOUVER, WA, 98661, United States
Place of Performance
Concrete, WA
NAICS
Highway (237310)
PSC
Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Oct 28, 2025
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 18, 2026, 7:02 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, is soliciting bids for the WA ERFO FS MTBKR605 2022-1(3) Mt. Baker - Forest Road 11 MP 23.9 Repair project. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract to repair a roadway failure in Whatcom County, Washington. The estimated value is between $700,000 and $2,000,000. Bids are due March 18, 2026, by 2:00 p.m. local time.
Scope of Work
This project involves emergency repair of approximately 0.038 to 0.04 miles of Forest Road 11 at Milepost 23.9 within the Mt. Baker-Snoqualmie National Forest. Key tasks include:
- Grading and Earthwork: Subexcavation, aggregate surfacing, reinforced soil slopes, and deep patch construction using geogrid and aggregate layers.
- Embankment Stabilization: Root-wad and riprap revetment structures to protect against stream flows, with soft armoring and plantings for environmental mitigation.
- Environmental Mitigation: Soil erosion and sediment control, temporary stream diversions, tree removal, and incorporation of environmental design elements like log deflectors and root wads.
- Incidental Construction: Clearing and grubbing, construction survey and staking, contractor quality control, temporary traffic control, and fire protection.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Estimated Value: $700,000 to $2,000,000
- Period of Performance: Work to commence within 10 calendar days after notice to proceed, with completion not later than September 11, 2026.
- Bonds: Performance and Payment Bonds are required.
Submission & Evaluation
- Bid Submission: Printed copies of bids must be submitted to the address listed on SF 1442; electronic bids are not accepted.
- Questions: Accepted until close-of-business 5 business days before the due date. Technical questions should be sent to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov.
- Proposal Due Date: March 18, 2026, by 2:00 p.m. local time.
- Evaluation Criteria: Based on price and price-related factors.
Additional Notes
- The project will utilize US Customary Units and FP-24 Specifications. Contractors must use the "Masterworks" web-based system for daily records.
- Viewing the project site may be difficult due to snow conditions during certain times of the year; prospective bidders were encouraged to view the site in the fall.
- Contractors are responsible for securing backfill, aggregate, and topsoil from commercial sources certified as free of noxious weeds, as sources within forest boundaries are not permitted.
- Bidders are reminded to verify their SAM.gov data is up-to-date. Electronic plan sheets are available via a specified SAM.gov link.
People
Points of Contact
Contracts G. OfficePRIMARY