WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
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 Div, is soliciting bids for the WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction project in Skamania County, Washington. This Firm Fixed-Price contract, valued between $5,000,000 and $10,000,000, is a Total Small Business Set-Aside. The project involves extensive road reconstruction due to a slide. The current bid submission deadline is January 29, 2026, but an extension via Amendment A005 is anticipated.
Scope of Work
This project entails the reconstruction of a 0.3-mile section of Wind River Road. Key deliverables include:
- Retaining Walls: Construction of Soldier Pile and Mechanically Stabilized Earth (MSE) walls. Soldier pile wall design must include drainage (underdrain with outlet pipe) and a global stability analysis considering landslide loads. Shotcrete fascia is not an acceptable substitute for cast-in-place fascia. Powder coating is not required for the MSE wall.
- Guardrail: Installation and replacement of guardrails, requiring tangent terminals meeting MASH Test Level 3. Guardrails should be painted per Section 563.
- Paving: Asphalt concrete pavement (Type 1 per FP-24 Section 403), including milling, tack coat, and aggregate/base courses.
- Culvert Lining: Lining of a 36-inch pipe culvert.
- Site Work: Soil erosion & sediment control, clearing & grubbing, roadway excavation, and turf establishment (seeding at 6 pounds per acre).
- Traffic Control: Temporary traffic control plans include a detour and closure of northbound lanes for up to 30 consecutive days during Phase 1 pile installation (Phase 1A plan sheets added in Amendment A001).
Contract Details
- Type: Invitation for Bids (IFB), Firm Fixed-Price
- Estimated Value: $5,000,000 to $10,000,000
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: Work to be completed by October 30, 2026, commencing within 10 calendar days after Notice to Proceed.
- Product Service Code: Y1LB (Construction Of Highways, Roads, Streets, Bridges, And Railways)
Key Amendments & Clarifications
Multiple amendments (A001, A002, A003, A004) and Q&A documents have been issued, providing significant updates:
- A001: Updated wage schedule, electronic documentation requirements, and added Temporary Traffic Control Plan Phase 1A.
- A002: Revised soldier pile wall design and construction specifications, including drainage and earth pressure analysis.
- A003: Revised guardrail and turf establishment requirements.
- A004: Modified MSE wall specifications, including powder coating for galvanized steel surfaces (though later Q&A clarifies powder coating not required for MSE wall).
- Q&A: Clarified that the geotechnical report is for informational purposes only, no HUBZone price preference applies, and provided detailed guidance on traffic control, HMA specifications, and wall design.
Submission & Deadlines
- Current Bid Submission Deadline: January 29, 2026, at 2:00 PM local time.
- Anticipated Extension: The latest Q&A indicates the bid opening due date will be extended via Amendment A005. Bidders should monitor SAM.gov for this update.
- Submission Method: Printed copy of bids must be submitted to the address listed on SF 1442; electronic bids are not accepted.
- Bid Bond: A bid bond (Standard Form 24) is required.
Additional Notes
The project is located within the Columbia River Gorge National Scenic Area. All work is governed by FAR, agency supplemental regulations, and the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24.