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 comprehensive roadway rehabilitation, widening, and realignment in Sheridan County, Wyoming, with an estimated value between $10,000,000 and $20,000,000. It is issued as Full & Open Competition with HUBZone Price Preference. Offers are due by February 24, 2026, at 2:00 p.m. local time.

Project Overview

This project aims to improve access to the Bighorn National Forest and Bureau of Land Management (BLM) lands by addressing substandard roadway sections, geometrics, and safety issues on Red Grade Road (County Road 26/USFS Route FSR 26). The work will enhance the travel corridor from Wyoming State Highway 335 to U.S. Highway 14.

Scope of Work

The scope includes roadway reconstruction, widening, minor realignment, and drainage improvements. Key tasks involve:

  • Clearing and grubbing, excavation, and embankment construction.
  • Culvert replacement, upsizing, and minor realignment with riprap aprons and headwalls.
  • Construction of rock buttresses and rockeries for slope stability and rockfall mitigation.
  • Placement of roadway aggregate, concrete culverts, and headwalls.
  • Removal of existing pipes and signs, and implementation of temporary traffic control.
  • Pavement structural section recommendations include 4 inches of crushed aggregate base.
  • Hydraulic analysis details culvert and ditch improvements, with riprap lining for ditches. The project is divided into Schedule A, Schedule B, and an optional Schedule X for the Aspens Parking Lot.

Contract Details

  • Contract Type: Solicitation (likely Firm Fixed-Price for construction).
  • Set-Aside: Full & Open Competition with HUBZone Price Preference.
  • NAICS Code: 237310 (Highway, Street & Bridge Construction) with a $45 million small business size standard.
  • Estimated Value: $10,000,000 to $20,000,000.
  • Period of Performance: Work must commence within 10 calendar days of notice to proceed. Completion dates are November 4, 2027 (Schedule A) and November 10, 2027 (Schedule B). Option X does not extend the contract duration.
  • Governing Regulations: Federal Acquisition Regulations (FAR), Department of Transportation Acquisition Regulations (TAR), and Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14), supplemented by Special Contract Requirements (SCRs).

Submission & Evaluation

  • Submission Method: Bids must be submitted as printed copies; electronic bids will not be accepted. Required documents include SF-1442, bid schedule, bid guarantee (20% of bid price or $3,000,000, whichever is less), and other certifications.
  • Evaluation: 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.
  • Bonds: Performance and Payment Bonds are required within 10 calendar days of award.

Key Dates & Contacts

  • Offers Due: February 24, 2026, at 2:00 p.m. local time.
  • Published Date: February 18, 2026.
  • Pre-bid Meeting: A non-mandatory, in-person site visit was held on November 13, 2025. No additional events are planned.
  • Contracting Officer: Kelly Palmer.
  • Contact Email: cflacquisitions@dot.gov (Laura Slauter, Kelly Palmer).

Important Notes

Amendment A001, posted February 18, 2026, replaced plan sheet G3. Bidders must acknowledge this amendment in Block 19 of the SF 1442. Funding for the project is available, and the period of performance is mandatory. The bid date will not be extended. Bidders should refer to the geotechnical reports, hydraulics memos, and Q&A documents for detailed technical specifications, site conditions, and clarifications.

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
Download
Download
Download
Download

Versions

Version 15
Solicitation
Posted: Feb 24, 2026
View
Version 14
Solicitation
Posted: Feb 20, 2026
View
Version 13Viewing
Solicitation
Posted: Feb 18, 2026
Version 12
Solicitation
Posted: Feb 18, 2026
View
Version 11
Solicitation
Posted: Feb 12, 2026
View
Version 10
Solicitation
Posted: Jan 30, 2026
View
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
WY FLAP SHE 26(1), Red Grade Road, Phase 1 | GovScope