WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead

SOL #: 69056726R000005Pre-Solicitation

Overview

Buyer

Transportation
Federal Highway Administration
690567 WESTERN FEDERAL LANDS DIV
VANCOUVER, WA, 98661, United States

Place of Performance

WY

NAICS

Highway (237310)

PSC

Construction Of Highways, Roads, Streets, Bridges, And Railways (Y1LB)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 12, 2025
2
Last Updated
Feb 3, 2026

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 for construction services related to the Moose Wilson Road Phase 2 and Teton Park Road projects in Grand Teton National Park, Wyoming. This opportunity is a Task Order Request for Proposals (TORP) restricted to specific Multiple Award Task Order Contract (MATOC) IDIQ holders. The proposal due date has been extended to February 5, 2026.

Scope of Work

The project encompasses two main phases:

  • Moose Wilson Road Phase 2 (Base Schedule): Reconstruction from Laurance S. Rockefeller Preserve to Death Canyon Trailhead, including overlay of Death Canyon Road, Aquatic Organism Passage (AOP) installations, expanded turnouts, roadway obliteration, and removal of three residences (including hazardous material abatement). It also involves realigning Moose Wilson Road at Teton Park Road.
  • Teton Park Road (Option X): Reconstruction of the Teton Park Road and Menors Ferry Road intersection, featuring a new roundabout, lighting, traffic counters, and a bike path connection.

The scope also includes surveying, quality control, earthwork, aggregate and asphalt paving, minor concrete pavement, incidental construction (culverts, curbs, sidewalks), fencing, permanent and temporary traffic control, lighting/electrical systems, and roadside development. Specific brand-name products are required for lighting, cameras, network equipment, and vault restrooms. Environmental compliance, including Stormwater Pollution Prevention Plans (SWPPPs), is a critical component.

Contract Details

  • Contract Type: Firm Fixed-Price Task Order.
  • Estimated Value: $25,000,000 to $35,000,000.
  • Period of Performance: Work to commence within 10 calendar days of Notice to Proceed (assumed March 23, 2026), with completion by November 19, 2027.
  • Eligibility: This TORP is 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. Large businesses must submit an acceptable subcontracting plan.

Submission & Evaluation

  • Proposal Due Date: February 5, 2026, by 1400 local time.
  • Submission Method: Printed copy of bid to the issuing office; electronic bids are not accepted.
  • Offer Guarantee: Required, 20 percent of total offer amount for all schedules or $3 million, whichever is less.
  • Evaluation Criteria: Selection will be based on price.

Key Amendments & Clarifications

  • Amendment A003 (Feb 3, 2026): Removed Item A2075 from the bid schedule and revised pages A-7 through A-17, along with plan sheets B.4, L.1, and L.12.
  • Amendment A002 (Jan 29, 2026): Extended the offer due date to February 5, 2026, added Item A2065, revised bid schedule pages A-7 through A-18, and updated Special Contract Requirements (e.g., handling materials, environmental protection, pricing adjustments, facilities) and several plan sheets.
  • Amendment A001 (Jan 22, 2026): Revised bid items A2120 and A2140, updated the Davis-Bacon General Wage Decision, and introduced "Masterworks" for electronic documentation and various other Special Contract Requirements.
  • Q&A Documents: Provided clarifications on concrete specifications, federal color codes, reinforcement, contractor camp requirements, and traffic counter systems (noting Diamond Traffic Products references will be removed via A002 due to obsolescence). Restrictions on vegetation removal (August 1 to March 15) due to bird nesting seasons were also highlighted.

Additional Notes

Offerors must submit revised pages A-7 through A-17 (or A-18 as per A002) with their proposals. All other terms and conditions of the original solicitation remain in effect unless modified by these amendments.

People

Points of Contact

Contracts G. OfficePRIMARY

Files

Files

View
Download
Download
Download

Versions

Version 12
Solicitation
Posted: Feb 3, 2026
View
Version 11
Solicitation
Posted: Feb 2, 2026
View
Version 10
Solicitation
Posted: Jan 30, 2026
View
Version 9
Solicitation
Posted: Jan 30, 2026
View
Version 8
Solicitation
Posted: Jan 29, 2026
View
Version 7
Solicitation
Posted: Jan 22, 2026
View
Version 6
Solicitation
Posted: Dec 31, 2025
View
Version 5Viewing
Pre-Solicitation
Posted: Nov 26, 2025
Version 4
Pre-Solicitation
Posted: Nov 18, 2025
View
Version 3
Pre-Solicitation
Posted: Nov 14, 2025
View
Version 2
Pre-Solicitation
Posted: Nov 12, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 12, 2025
View