WA NP OLYM 115(1), Repair Storm Damage on Mora Road
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 Repair Storm Damage on Mora Road project (WA NP OLYM 115(1)) in Forks, WA. This Firm Fixed-Price contract, valued between $2,000,000 and $5,000,000, is a Total Small Business Set-Aside. The project aims to remediate erosion, improve fish habitat, and stabilize Mora Road, ensuring long-term access to Rialto Beach and Tribal lands. Bids are due by February 6, 2026.
Scope of Work
This project involves comprehensive storm damage repair and bank stabilization along a 0.12-mile section of Mora Road within Olympic National Park. Key deliverables include:
- Bank Stabilization: Construction of engineered log jam structures, including deflectors, revetment structures, and large deflectors using materials such as placed riprap, log barriers, root wads, fish passage boulders, and untreated timber piles. A large log structure approximately 560 feet long is specified.
- Erosion & Sediment Control: Implementation of silt fences, fiber rolls, floating turbidity curtains, and stabilized construction exits.
- Temporary Infrastructure: Construction of temporary access roads and profiles, and temporary traffic control measures.
- Environmental Compliance: Adherence to a Water Quality Monitoring and Protection Plan (WQMPP) and Stormwater Pollution Prevention Plan (SWPPP), including restrictions on in-water work (July 15 – February 15) and specific turbidity monitoring. Contractor is responsible for developing a temporary stream isolation/diversion plan.
- Geotechnical & Hydraulic: Work will be informed by detailed geotechnical and hydraulic analyses, including scour mitigation using vertical timber piles and a scour countermeasure mix.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Estimated Value: $2,000,000 - $5,000,000
- Period of Performance: Notice to Proceed anticipated by March 2, 2026, with project completion estimated by December 1, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Bid Due Date: February 6, 2026, by 22:00 UTC (latest amendment A003)
- Question Deadline: Five (5) business days prior to the bid due date (latest amendment A003)
- Published Date: January 28, 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 bid bond, a completed 'Authority to Sign' document, and online Representations and Certifications via SAM.gov are mandatory.
- Evaluation Criteria: Bids will be evaluated based on price and other price-related factors specified in the solicitation.
- Key Requirements: Bidders must be familiar with the Quileute Tribal Employment Rights Ordinance (TERO) requirements (revised by A004). The use of "Masterworks" for electronic documentation and Contract Data Requirements (CDRs) is required. Contractor is responsible for securing all necessary permits and clearances for contractor-located sites and material sources.
Additional Notes
This opportunity is managed by the Department of Transportation, Federal Highway Administration, Western Federal Lands Division. Section 107A (Indian Preference) has been deleted by Amendment A004.