WA NP OLYM 115(1), Repair Storm Damage on Mora Road

SOL #: 69056725B000015Solicitation

Overview

Buyer

Transportation
Federal Highway Administration
690567 WESTERN FEDERAL LANDS DIV
VANCOUVER, WA, 98661, United States

Place of Performance

Forks, 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)

Timeline

1
Posted
Aug 21, 2025
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Feb 6, 2026, 10:00 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 Div, is soliciting bids for WA NP OLYM 115(1), Repair Storm Damage on Mora Road in Forks, WA. This project, valued between $2,000,000 and $5,000,000, aims to repair storm damage, stabilize Mora Road, and enhance fish habitat using natural restoration techniques. This is a Total Small Business Set-Aside. Bids are due by February 6, 2026.

Scope of Work

The project involves comprehensive storm damage repair along a 0.12-mile section of Mora Road within Olympic National Park. Key deliverables include:

  • Bank Stabilization: Construction of deflector, revetment, and large deflector structures using materials such as placed riprap, log barriers, root wads, fish passage boulders, and untreated timber piles. Engineered log jam construction on tribal land is a core component.
  • Environmental Controls: Implementation of soil erosion and sediment control measures (silt fences, turbidity curtains), and adherence to a Water Quality Monitoring and Protection Plan (WQMPP) and Storm Water Pollution Prevention Plan (SWPPP). In-water work on the Quillayute River is restricted to July 15 – February 15.
  • Infrastructure: Construction of temporary access roads, plantings, and temporary traffic control.
  • Technical Basis: The design is informed by detailed hydraulic and geotechnical analyses, with specific engineering calculations for boulder/riprap sizing and large wood structure stability.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price.
  • Estimated Value: Between $2,000,000 and $5,000,000.
  • Period of Performance: Completion expected by October 29, 2026, with a Notice to Proceed anticipated by March 2, 2026.
  • Offers Due: February 6, 2026, by 22:00:00Z.
  • Q&A Deadline: Five (5) business days prior to the bid due date.
  • Published Date: January 27, 2026 (latest update).

Submission & Evaluation

  • Submission Method: Printed bids only; electronic bids will not be accepted. Bids must be submitted to the address listed on the SF 1442.
  • Required Documents: A valid bid bond, a completed 'Authority to Sign' document, and Representations and Certifications completed via SAM.gov are mandatory.
  • Evaluation Criteria: Bids will be evaluated based on price and other price-related factors specified in the solicitation.

Key Amendments & Clarifications

  • Amendment A003 (Jan 27, 2026): Extended the bid opening date to February 6, 2026, and revised the Q&A deadline.
  • Amendment A002 (Jan 21, 2026): Introduced "Masterworks" for electronic documentation and Contract Data Requirements (CDRs), revising numerous Special Contract Requirements related to documentation, reporting, and scheduling.
  • Amendment A001 (Jan 6, 2026): Updated the Davis-Bacon Minimum Wage Schedule, replaced the "Mora Road - Hydraulic Memorandum" with an updated version (A001), and revised several plan sheets.
  • Q&A Documents: Clarified the availability of the SWPPP, provided guidance on accessing the Interested Vendors List (IVL) on SAM.gov, and emphasized contractor responsibility for sourcing materials and obtaining permits for contractor-located sites.

Additional Notes

Bidders must be familiar with the Quileute Tribal Employment Rights Ordinance (TERO) requirements. The project utilizes U.S. Customary units of measure and adheres to FP-24 standards (FHWA Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects).

People

Points of Contact

Contracts G. OfficePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download

Versions

Version 17
Award Notice
Posted: Feb 25, 2026
View
Version 16
Solicitation
Posted: Feb 9, 2026
View
Version 15
Solicitation
Posted: Feb 6, 2026
View
Version 14
Solicitation
Posted: Feb 5, 2026
View
Version 13
Solicitation
Posted: Feb 2, 2026
View
Version 12
Solicitation
Posted: Feb 2, 2026
View
Version 11
Solicitation
Posted: Jan 28, 2026
View
Version 10Viewing
Solicitation
Posted: Jan 27, 2026
Version 9
Solicitation
Posted: Jan 27, 2026
View
Version 8
Solicitation
Posted: Jan 21, 2026
View
Version 7
Solicitation
Posted: Jan 16, 2026
View
Version 6
Solicitation
Posted: Jan 7, 2026
View
Version 5
Solicitation
Posted: Jan 6, 2026
View
Version 4
Solicitation
Posted: Dec 31, 2025
View
Version 3
Solicitation
Posted: Dec 18, 2025
View
Version 2
Solicitation
Posted: Dec 15, 2025
View
Version 1
Pre-Solicitation
Posted: Aug 21, 2025
View