WY NP GRTE 13(1), Repair North Park Road at Milepost 15.8
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, has issued a Task Order Request for Proposals (TORP) (Solicitation No. 69056726R000006) for the Repair of North Park Road at Milepost 15.8 within Grand Teton National Park, Wyoming. This is a firm-fixed-price task order contract restricted to specific pre-qualified Yellowstone/Grand Teton Multiple Award Task Order Contract (MATOC) IDIQ holders. The project is estimated to be between $700,000 and $2,000,000. Proposals are due May 5, 2026, by 4:00 p.m. local time.
Scope of Work
This project involves the repair of a 0.07-mile section of North Park Road. Key requirements include:
- Asphalt surface repair and deep patching
- Roadway excavation and geotechnical stabilization
- Installation of an underdrain system and 24-inch pipe culvert
- Clearing and grubbing, removal of existing culvert
- Placement of roadway aggregate and asphalt concrete pavement
- Implementation of temporary and permanent traffic control measures, including pavement markings and sign system adjustments. Work is governed by the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24." Contractors must use the "Masterworks" web-based system for daily reports.
Contract Details & Eligibility
- Contract Type: Firm-Fixed-Price Task Order Contract
- Estimated Value: $700,000 to $2,000,000
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (assumed by July 27, 2026), with completion no later than September 23, 2026.
- Eligibility: This TORP is exclusively for the following pre-qualified MATOC IDIQ holders: H-K CONTRACTORS, INC., M.A. DEATLEY CONSTRUCTION, INC., MISSOURI RIVER CONTRACTORS, LLC, OFTEDAL CONSTRUCTION, INC., RIVERSIDE CONTRACTING INC, and SUNDT CONSTRUCTION, INC. The opportunity is publicized on SAM.gov to assist potential subcontractors. Large businesses must submit an acceptable subcontracting plan.
Submission & Evaluation
- Proposal Due Date: May 5, 2026, by 4:00 p.m. local time.
- Submission Method: Printed copies ONLY; electronic proposals will NOT be accepted.
- Offer Validity: Offers must be valid for 60 calendar days.
- Evaluation: Award will be based on the lowest price.
- Questions: Requests for technical information should be submitted via email to wfl.plans-spec@dot.gov. Questions and Answers will be posted on SAM.gov.
Amendments & Clarifications
- Amendment A002 (April 28, 2026): Revised FAR Clause 52.244-6 and added FAR Clause 52.222-90 (Addressing DEI Discrimination by Federal Contractors).
- Amendment A001 (April 15, 2026): Deleted an item from Subsection 107.10(e) and added a new Subsection 107.12 regarding "Contractor's Camp."
- Clarifications: Road access to the site is confirmed, with seasonal closures on US 89 between Yellowstone and Grand Tetons, but access is available via US 26. Work hours are intended to limit impacts during peak travel. Portable traffic barriers are subsidiary. NPS has reserved 3 sites at Flagg Ranch campground for contractor use.