WY FLAP SHE 26(1), Red Grade Road, Phase 1

SOL #: 6982AF25B000010Solicitation

Overview

Buyer

Transportation
Federal Highway Administration
6982AF CENTRAL FEDERAL LANDS DIVISI
LAKEWOOD, CO, 80228, United States

Place of Performance

WY

NAICS

Highway (237310)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 21, 2025
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 24, 2026, 9:00 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), under the Department of Transportation, has issued a Solicitation for the WY FLAP SHE 26(1), Red Grade Road, Phase 1 project. This opportunity involves roadway rehabilitation, widening, and minor realignment to improve access to the Bighorn National Forest and Bureau of Land Management (BLM) lands in Sheridan County, Wyoming. The project addresses substandard roadway sections, geometrics, and safety issues. This is a Full & Open Competition with HUBZone Price Preference, with an estimated value between $10,000,000 and $20,000,000. Offers are due by February 24, 2026, at 2:00 p.m. local time.

Scope of Work

The project encompasses comprehensive roadway reconstruction, widening, minor realignment, rock buttress construction, and drainage improvements. Key tasks include:

  • Culvert replacement, upsizing, and minor realignment, with riprap aprons and headwalls.
  • Clearing and grubbing, excavation, and embankment construction.
  • Installation of placed riprap, special rock embankment, and rock buttresses.
  • Roadway aggregate placement, concrete culverts, and headwalls.
  • Removal of existing pipes and signs, and temporary traffic control.

Contract & Timeline

  • Contract Type: Solicitation (IFB)
  • Estimated Value: $10,000,000 to $20,000,000
  • Period of Performance: Work to commence within 10 calendar days of Notice to Proceed. Completion dates are November 4, 2027 (Schedule A) and November 10, 2027 (Schedule B).
  • Set-Aside: Full & Open Competition with HUBZone Price Preference
  • NAICS Code: 237310 (Highway, Street & Bridge Construction), Size Standard: $45 million
  • Published Date: January 30, 2026
  • Technical Questions Due: February 17, 2026, by 4:00 p.m.
  • Offers Due: February 24, 2026, by 2:00 p.m. local time

Evaluation & Submission

Award will be made to the lowest responsible bidder conforming to the solicitation. A 10% price evaluation factor will be applied to all offers except HUBZone small business concerns that have not waived the preference and otherwise successful offers from small business concerns. Bids must be submitted as a printed copy; electronic bids are not accepted. Required submission documents include SF-1442, bid schedule, authority to bind certificate, Buy American Act & Hazardous Materials forms, Bid Guarantee (20% of bid price or $3,000,000, whichever is less), and VETS-4212 declaration.

Key Documents & Clarifications

  • Standard Specifications: Governed by Federal Acquisition Regulations (FAR), Department of Transportation Acquisition Regulations (TAR), and FP-14 (Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects), supplemented by Special Contract Requirements (SCRs).
  • Geotechnical Report: Provides detailed analysis and recommendations for cut slopes, embankments, rock buttresses, and rockeries, including subsurface conditions and stability analyses. An addendum updates Table 4.2 for revised stationing.
  • Hydraulics Memo: Summarizes hydrologic and hydraulic analysis for culverts and drainage, with specific recommendations for replacements and improvements. An addendum provides updated ditch recommendations.
  • Pavement Memo: Details pavement structural section recommendations, including existing conditions, soil classifications, and proposed surfacing (4 inches of crushed aggregate base).
  • Cross Sections & Plans: Detailed graphical representations and summaries of quantities for Schedule A, Schedule B, and Option X (Aspens Parking Lot) are available on SAM.gov.
  • Q&A: Clarifications confirm the survey source was ground mapping, funding is available, and design data (CAD files) are posted with the full solicitation. The pre-bid conference occurred on November 13, 2025, with no further meetings planned.

Contact Information

Primary Contact: Laura Slauter, email: cflacquisitions@dot.gov Contracting Officer: Kelly Palmer, email: cflacquisitions@dot.gov

People

Points of Contact

Laura SlauterPRIMARY
Kelly PalmerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 15
Solicitation
Posted: Feb 24, 2026
View
Version 14
Solicitation
Posted: Feb 20, 2026
View
Version 13
Solicitation
Posted: Feb 18, 2026
View
Version 12
Solicitation
Posted: Feb 18, 2026
View
Version 11
Solicitation
Posted: Feb 12, 2026
View
Version 10Viewing
Solicitation
Posted: Jan 30, 2026
Version 9
Solicitation
Posted: Jan 21, 2026
View
Version 8
Pre-Solicitation
Posted: Dec 17, 2025
View
Version 7
Pre-Solicitation
Posted: Nov 25, 2025
View
Version 6
Pre-Solicitation
Posted: Nov 18, 2025
View
Version 5
Pre-Solicitation
Posted: Nov 17, 2025
View
Version 4
Pre-Solicitation
Posted: Nov 6, 2025
View
Version 3
Pre-Solicitation
Posted: Nov 6, 2025
View
Version 2
Pre-Solicitation
Posted: Oct 30, 2025
View
Version 1
Pre-Solicitation
Posted: Oct 21, 2025
View