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 Division, is soliciting bids for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) in Skamania County, Washington. This Firm Fixed-Price contract, estimated between $5,000,000 and $10,000,000, is a Total Small Business Set-Aside. The project involves significant road reconstruction, including retaining walls, guardrail, culvert lining, and paving. Bids are due by February 3, 2026.
Scope of Work
The project entails the reconstruction of a 0.3-mile section of Wind River Road affected by a slide. Key deliverables include:
- Construction of Soldier Pile and Mechanically Stabilized Earth (MSE) retaining walls.
- Installation and replacement of guardrails (MASH Test Level 3 tangent terminals, painted per Section 563).
- Culvert lining and paving with Type 1 Asphalt Concrete (FP-24 Section 403).
- Soil Erosion & Sediment Control measures, clearing & grubbing, roadway excavation, and aggregate/base courses.
- Permanent pavement markings, recessed pavement markers, and turf establishment (seed applied at 6 lbs/acre).
- Temporary Traffic Control, including potential 30-day northbound lane detours for pile installation (Phase 1A).
Contract Details
- Contract Type: Firm Fixed-Price Invitation for Bids (IFB).
- Estimated Value: $5,000,000 to $10,000,000.
- Period of Performance: To be completed not later than October 30, 2026, with work commencing within 10 calendar days after Notice to Proceed.
- Specifications: Governed by Federal Acquisition Regulation (FAR) and Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24. US Customary Units are used.
- Geotechnical Information: A supplemental geotechnical report is available for informational purposes only; its analyses and material parameters cannot be relied upon as contract requirements. Soldier pile wall design requires global stability analysis considering landslide loads, and drainage must be accounted for.
Amendments & Clarifications
Multiple amendments and Q&A documents have been issued:
- Amendment A001: Updated minimum wage schedule, revised special contract requirements, and added Temporary Traffic Control Plan Phase 1A.
- Amendment A002: Revised soldier pile retaining wall design and construction specifications (Subsection 257.06) and updated Plan sheet #C.4.
- Amendment A003: Modified guardrail requirements (tangent terminals, painting) and turf establishment seeding rates.
- Amendment A004: Revised specifications for Mechanically-Stabilized Earth Walls (Section 255), including powder coating on galvanized steel, wall erection, backfilling, and acceptance criteria.
- Amendment A005: Extended the bid opening date to February 3, 2026, updated the minimum wage schedule, revised Section 105.04 of Special Contract Requirements, and updated Plan sheets #A.2 and #A.5.
- Q&A documents clarified traffic control, HMA specifications, confirmed no HUBZone preference, detailed MSE wall reinforcement (100% of total wall height), and specified that shotcrete fascia is not an acceptable substitute for cast-in-place fascia.
Submission & Evaluation
- Bid Opening Date: February 3, 2026, at 2:00 PM local time.
- Submission: Electronic bids are not accepted. Printed copies must be submitted to the address listed on SF 1442.
- Questions Deadline: Five business days before the bid due date.
- Requirements: A bid bond (Standard Form 24) is required. Offerors must acknowledge all amendments with their offer. Contractor is responsible for securing all permits for material sources.
Contact Information
- Primary Contact: Contracts G. Office
- Email: wfl.contracts@dot.gov
- Phone: 360-619-7520