WY FLAP SHE 26(1), Red Grade Road, Phase 1
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), 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 minor realignment in Sheridan County, Wyoming, to improve access to the Bighorn National Forest and Bureau of Land Management (BLM) lands. The project is valued between $10,000,000 and $20,000,000 and is set aside for Full & Open Competition with HUBZone Price Preference. Offers are due by February 24, 2026, at 2:00 p.m. local time.
Project Overview
This requirement addresses substandard roadway sections, geometrics, and safety issues on Red Grade Road (County Road 26/USFS Route FSR 26), which serves as a vital travel corridor from Wyoming State Highway 335 to U.S. Highway 14.
Scope of Work
The project encompasses roadway reconstruction, widening, minor realignment, rock buttress construction, and drainage improvements. Key tasks include culvert replacement, upsizing, and realignment with riprap aprons and headwalls; clearing and grubbing; excavation; embankment construction; placed riprap; special rock embankments; rockeries; roadway aggregate; concrete culverts; removal of existing pipes and signs; and temporary traffic control. Detailed geotechnical reports provide critical information on site conditions, geological hazards, and recommendations for cut/fill slopes, rockfall mitigation, and stability analyses. Hydraulic analyses outline specific culvert and ditch recommendations, including riprap lining.
Contract Details
- Contract Type: Solicitation (IFB)
- Set-Aside: Full & Open Competition with HUBZone Price Preference
- Estimated Value: $10,000,000 to $20,000,000
- NAICS Code: 237310 Highway, Street & Bridge Construction (Small Business Size Standard: $45 million)
- 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).
- Governing Regulations: Federal Acquisition Regulations (FAR), Revolutionary FAR Overhaul (RFO), Department of Transportation Acquisition Regulations (TAR), and Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-14, as amended by Special Contract Requirements (SCRs).
Submission & Evaluation
Bids must be submitted as a printed copy; electronic bids will not be accepted. Required submission documents include SF-1442, an indication of interest in partnering, the bid schedule (updated by Amendment A002), authority to bind certificate, Buy American Act & Hazardous Materials forms, Bid Guarantee (20% of bid price or $3,000,000, whichever is less), VETS-4212 declaration, and HUBZone small business concerns election. Performance and Payment Bonds are required within 10 calendar days of award.
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.
Key Dates & Amendments
- Technical Questions Due: February 17, 2026, 4:00 p.m.
- Offers Due: February 24, 2026, 2:00 p.m. local time. The bid date will not be extended.
- Pre-bid Meeting: A non-mandatory in-person pre-bid meeting was held on November 13, 2025. No additional events are planned, but the project site is open for viewing.
- Amendments: Amendment A001 replaced plan sheet G3. Amendment A002 replaced Bid Schedule Page A-14. Bidders must acknowledge both amendments.
Important Clarifications
Funding is available for this project. The survey source was ground mapping, and boring locations are detailed in the geotechnical report. CAD files were posted to SAM.gov with the full solicitation in December. Specific requirements for mulch type, hydraulic seeding, traffic control, and material gradation are detailed in FP-14 and the Special Contract Requirements. The Contracting Officer is Kelly Palmer (cflacquisitions@dot.gov).