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, Western Federal Lands Division (Department of Transportation) has issued an Invitation for Bids (IFB) for the Wind River Road Slide Reconstruction project in Skamania County, Washington. This Total Small Business Set-Aside opportunity, valued between $5M and $10M, involves extensive road reconstruction, including retaining walls, guardrail, culvert lining, and paving. The response deadline has been extended to February 3, 2026.
Project Scope
This project focuses on reconstructing a 0.3-mile section of Wind River Road, located approximately one mile south of Carson City within the Columbia River Gorge National Scenic Area. Key deliverables include:
- Construction of Soldier Pile and Mechanically Stabilized Earth (MSE) retaining walls.
- Installation and replacement of guardrails, requiring MASH Test Level 3 tangent terminals and powder coating on galvanized steel components (per Amendment A003).
- Powder coating is also required for galvanized steel surfaces of MSE walls (per Amendment A004).
- Culvert lining and asphalt concrete paving (Type 1, per FP-24 Section 403).
- Extensive earthwork, including clearing, grubbing, roadway excavation, and aggregate/base courses.
- Implementation of Soil Erosion & Sediment Control measures and turf establishment (6 pounds per acre seeding rate).
- Temporary Traffic Control, allowing for a 30-day northbound lane detour/closure during Phase 1 pile installation.
- Design considerations for soldier pile walls must include drainage (underdrain with outlet pipe) and a global stability analysis considering landslide loads.
Contract Details & Requirements
- Contract Type: Firm Fixed-Price Invitation for Bids (IFB).
- Estimated Value: $5,000,000 to $10,000,000.
- Period of Performance: Work must be completed by October 30, 2026, commencing within 10 calendar days after the Notice to Proceed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). No HUBZone price preference applies.
- Specifications: Governed by Federal Acquisition Regulation (FAR) and Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24.
- Documentation: Electronic documentation in PDF format is required.
- Material Sources: Contractor is responsible for securing all permits and clearances for contractor-located material sources and waste areas.
- Geotechnical Information: The provided geotechnical report is for informational purposes only and not a contract requirement.
Submission & Deadlines
- Proposal Submission: Printed copies must be submitted to the address listed on SF 1442. Electronic bids are not accepted.
- Response Due Date: February 3, 2026, at 2:00 PM local time (extended by Amendment A005).
- Bid Opening Date: February 3, 2026.
- Amendments: Five amendments (A001-A005) have been issued, making various changes to specifications, wage schedules, traffic control plans, and extending the bid due date. Offerors must acknowledge all amendments.
- Contact: Primary contact is Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.