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 Highway Division, is soliciting bids for WA NP OLYM 115(1), Repair Storm Damage on Mora Road in Forks, WA. This Firm-Fixed-Price construction contract, valued between $2,000,000 and $5,000,000, is a Total Small Business Set-Aside. The project aims to repair storm damage, stabilize the road, and improve fish habitat. Bids are due by February 6, 2026.
Scope of Work
This 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 large log structures (deflectors, revetments), utilizing riprap, log barriers, root wads, and untreated timber piles.
- Environmental Protection: Implementation of detailed Water Quality Monitoring and Protection Plan (WQMPP) and Stormwater Pollution Prevention Plan (SWPPP), including stream isolation, fish exclusion, and erosion/sediment controls.
- Infrastructure: Temporary access roads, plantings, and temporary traffic control. The work includes engineered log jam construction on tribal land, adhering to FP-24 (FHWA Standard Specifications).
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price Invitation for Bids (IFB).
- Estimated Value: $2,000,000 - $5,000,000.
- Period of Performance: Completion anticipated by October 29, 2026, with a Notice to Proceed by March 2, 2026. In-water work is restricted to July 15 – February 15.
- Set-Aside: Total Small Business Set-Aside.
- Bid Due Date: February 6, 2026, at 2:00 PM local time (as extended by Amendment A003).
- Question Deadline: Five business days prior to the bid due date (January 30, 2026).
Key Requirements & Considerations
- Material Sourcing: Bidders are responsible for identifying and securing material sources for environmental design log barriers and root wads, including obtaining all necessary permits and clearances.
- Tribal Requirements: Familiarity with Quileute Tribal Employment Rights Ordinance (TERO) requirements is necessary. Note that Section 107A (Indian Preference) has been deleted by Amendment A004.
- Documentation: The project requires the use of "Masterworks" for electronic documentation and Contract Data Requirements (CDRs).
- Technical Data: Extensive geotechnical and hydraulic memoranda provide critical technical details for design and construction methodologies.
Submission & Evaluation
- Submission Method: Printed bids only; electronic bids will not be accepted. A valid bid bond is required.
- Evaluation Criteria: Bids will be evaluated based on price and other price-related factors.
Amendments & Clarifications
Multiple amendments and Q&A documents have been issued:
- A001 & A003: Extended the bid opening date from January 14, 2026, to January 28, 2026, and then to February 6, 2026.
- A002: Revised documentation requirements, introducing "Masterworks" for electronic submissions.
- A004 & A005: Updated TERO requirements and deleted Indian Preference (Section 107A).
- Q&As: Clarified SWPPP availability, guidance on accessing the Interested Vendors List, and confirmed contractor responsibility for material sourcing and permits.