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), under the Department of Transportation, is soliciting proposals for major highway construction and reconstruction projects in Grand Teton National Park, Jackson, WY. This Task Order Request for Proposal (TORP) is exclusively for pre-selected Multiple Award Task Order Contract (MATOC) IDIQ holders. The project, titled "WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead," involves significant infrastructure improvements. Proposals are due by February 5, 2026.
Scope of Work
This project encompasses two main components:
- Base Schedule (Moose Wilson Road Phase 2): Reconstruction of Moose Wilson Road (from LSRP Visitor Center Entrance to Death Canyon Trailhead Parking Lot), overlay of Death Canyon Road, installation of Aquatic Organism Passages (AOPs), expanded turnouts, roadway obliteration, and removal of three residences. It also includes realignment of Moose Wilson Road at Teton Park Road and construction of a turnaround.
- Option X Schedule (Teton Park Road): Construction of a new roundabout and bike path connection on Teton Park Road, along with associated roadway, electrical, and lighting improvements. The work involves various construction divisions, including earthwork, aggregate and base courses, asphalt and rigid pavements, incidental construction (culverts, sidewalks, medians), fences, traffic control, lighting, and roadside development. The total project length is 2.95 miles.
Contract Details
- Type: Firm Fixed-Price Task Order Contract.
- Eligibility: Solely for the following MATOC IDIQ holders: H-K Contractors, Inc.; M.A. Deatley Construction, Inc.; Missouri River Contractors, LL; Oftedal Construction, Inc.; Riverside Contracting Inc; and Sundt Construction, Inc.
- Estimated Price Range: $25,000,000 to $35,000,000.
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (assumed by March 23, 2026), with completion by November 19, 2027.
Key Amendments & Clarifications
- Amendment A002 (Jan 30, 2026): Extended the offer due date to February 5, 2026, added items A2065 and A2075 to the bid schedule, and revised Special Contract Requirements (e.g., handling/storing material, environmental protection, pricing adjustments, facilities) and several plan sheets.
- Amendment A001 (Jan 22, 2026): Revised specifications to mandate Masterworks for electronic documentation, updated the bid schedule (items A2120, A2140), and revised numerous Special Contract Requirements related to measurement, payment, quality control, and construction schedules.
- Q&A documents (Jan 22, 28, 30, Feb 2, 2026): Provided extensive clarifications on concrete specifications, contractor camp requirements, traffic counter equipment (noting Diamond Traffic Products obsolescence and upcoming changes via A002), vegetation removal restrictions (nesting birds, sage-grouse), conduit sizing, and confirmed that external storage/vehicle provision is not required.
Submission & Evaluation
- Proposals Due: February 5, 2026, by 1400 local time.
- Submission: Printed copies of bids must be submitted to the issuing office; electronic bids are not accepted. Offerors must submit revised pages A-7 through A-18 (from A002) and A-7 through A-17 (from A001) with their proposals.
- Evaluation: Selection will be based on price.
- Offer Guarantee: Required (20% of total offer or $3 million, whichever is less).
- Acceptance Period: Offers must provide at least 60 calendar days for Government acceptance.
Additional Notes
This opportunity is posted on SAM.gov to publicize opportunities for potential subcontractors. Several brand-name products are justified for use, including specific lighting, cameras, network equipment, trash receptacles, wood treatment, and vault restrooms. Hazardous materials surveys (asbestos, lead-based paint, mercury, PCBs, biological hazards) have been conducted for structures to be removed (Barker-Davis site, Wittmer House), requiring proper management and disposal. Stormwater Pollution Prevention Plans (SWPPPs) are critical for environmental compliance, outlining extensive requirements for erosion and sediment control.