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, is soliciting proposals for a Firm Fixed-Price Task Order Contract for the WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead project in Grand Teton National Park, WY. This solicitation is solely for existing Multiple Award Task Order Contract (MATOC) IDIQ holders. The project involves extensive road reconstruction, realignment, and associated infrastructure improvements. Proposals are due by February 5, 2026.
Scope of Work
The project encompasses two main schedules:
- Base Schedule (Moose Wilson Road Phase 2): Reconstruction of Moose Wilson Road from Laurance S. Rockefeller Preserve to Death Canyon Trailhead, overlay of Death Canyon Road, construction of two formal parking areas, realignment of 0.7 miles of Moose Wilson Road, and demolition/removal of three structures (including hazardous material abatement for Wittmer House and Barker-Davis sites). This includes aquatic organism passage (AOP) installations, expanded turnouts, and roadway obliteration.
- Option X (Teton Park Road): Reconstruction of the Teton Park Road and Menors Ferry Road intersection, including a new roundabout, lighting, traffic counters, and bike path connection.
Work involves surveying, quality control, erosion/sediment control, earthwork (clearing, grubbing, excavation, embankment), aggregate and asphalt pavements, minor concrete pavement (reinforced, colored options), culverts, drains, traffic control (permanent and temporary), lighting, electrical systems, and roadside development (fixtures, landscaping). Specific brand-name products are required for lighting (Leotek, Valmont, Ecosense), video imagery (Axis Communications), network infrastructure (Cisco Systems), trash receptacles (BearSaver), wood treatment (Valhalla Wood Preservatives), and vault restrooms (LBFoster CXT). Environmental compliance, including detailed Stormwater Pollution Prevention Plans (SWPPPs), is a critical requirement.
Contract Details
- Type: Firm Fixed-Price Task Order Contract under existing MATOC IDIQ.
- Estimated Price Range: $25,000,000 to $35,000,000.
- Period of Performance: Work to commence within 10 calendar days of Notice to Proceed (NTP), with completion by November 19, 2027 (NTP assumed by March 23, 2026).
- Set-Aside: This opportunity is restricted to specific MATOC IDIQ holders. It is advertised on SAM.gov to publicize subcontractor opportunities.
Key Amendments & Clarifications
- Amendment A002 (Posted 01/30/2026): Extended the offer due date to February 5, 2026. Updated bid schedule items A2065 and A2075, revised Special Contract Requirements (Subsections 105.04, 107.10, 109.06, 637.03), and several plan sheets (B.1-B.4, E.22, L.5, L.11, L.14, N.2, N.5). Clarified conduit sizing for loop lead cables to 2".
- Amendment A001 (Posted 01/22/2026): Revised bid schedule items A2120 and A2140 (contingency amounts), updated the Davis-Bacon General Wage Decision, and made numerous revisions to Special Contract Requirements, including mandating "Masterworks" for electronic documentation, measurement, payment, quality control, and scheduling.
- Q&A (Latest 01/30/2026): Provided specific concrete mix designs and integral color codes (Davis Colors Rustic Brown 6058, Sandstone 5237). Clarified contractor's camp details (Section 107.12), confirmed NPS will conduct seeding/mulching, and indicated that references to Diamond Traffic Products for counters will be deleted due to obsolete parts. Epoxy-coated reinforcement for sidewalks/medians will be required. Residential housing (A2340) is estimated at 2 units for 13 working months each.
Submission & Evaluation
- Proposals Due: February 5, 2026, by 1400 local time.
- Submission: Printed copies must be submitted to the issuing office; electronic bids are not accepted.
- Evaluation: Selection will be based on price.
- Offer Guarantee: Required, 20% of total offer amount or $3 million, whichever is less.
- Offer Validity: Offers must provide at least 60 calendar days for Government acceptance.
- Subcontracting Plan: Large businesses must submit an acceptable plan prior to contract award.
Contact Information
For general questions, contact wfl.contracts@dot.gov or 360-619-7520.