WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
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) for construction services on the Moose Wilson Road Phase 2 and Teton Park Road projects within Grand Teton National Park, WY. This solicitation, 69056726R000005, is solely for pre-selected Multiple Award Task Order Contract (MATOC) IDIQ holders. Proposals are due by February 3, 2026.
Scope of Work
This project involves comprehensive road construction and improvements, estimated between $25 million and $35 million. The work includes:
- Base Schedule: Reconstruction of Moose Wilson Road (Laurance S. Rockefeller Preserve to Death Canyon Road Junction), overlay of Death Canyon Road, installation of Aquatic Organism Passages (AOPs), expanded turnouts, roadway obliteration, and realignment. A significant component is the demolition of three residences (Barker-Davis Site, Wittmer House, Barker-Davis Williams House), including associated fencing, outbuildings, and approach roads. Pre-demolition surveys identify asbestos, lead-based paint, mercury, and biological hazards requiring specialized handling.
- Option X Schedule: Construction of a roundabout and new bike path connection on Teton Park Road, including electrical and lighting improvements.
Geotechnical reports provide recommendations for roadway reconstruction, and Stormwater Pollution Prevention Plans (SWPPPs) detail environmental compliance for erosion and sediment control. Specific brand-name products are justified for cameras, sensors, trash receptacles, wood treatment, vault restrooms, and lighting fixtures, which bidders must incorporate.
Contract Details
- Type: Task Order Request for Proposals (TORP) under a MATOC.
- Estimated Value: $25,000,000 - $35,000,000.
- Completion Date: Not later than November 19, 2027.
- Eligibility: Limited to six specific MATOC IDIQ holders. Large businesses must submit a subcontracting plan.
- Set-Aside: None specified; competition is limited to the identified MATOC holders.
Key Updates
Amendment A001 (January 22, 2026) revises the solicitation, updating specifications, the bid schedule (items A2120 and A2140 for CTSM pricing), and the Davis-Bacon General Wage Decision. It mandates Masterworks for electronic documentation, measurement, payment, quality control, and scheduling. Offerors must submit revised pages A-7 through A-17. A Q&A document (January 22, 2026) clarifies concrete specifications, integral colors, and confirms that certain line items and contractor accommodation details are addressed in Amendment A001.
Submission & Evaluation
- Proposal Due Date: February 3, 2026.
- Submission Method: Printed copies only to the address on SF 1442; electronic bids are not accepted.
- Evaluation: Award will be based on the lowest bid for the combined total of the Base and Option schedules.
- Questions: General and technical questions accepted until five days prior to the due date.
Additional Notes
The project uses U.S. Customary units of measure and adheres to Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-24. This notice also serves to publicize subcontracting opportunities for the listed prime contractors.