WY NPS YELL 10(26), Gardner River High Bridge
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, has issued a Task Order Request for Proposals (TORP) for the WY NPS YELL 10(26), Gardner River High Bridge project. This project involves the rehabilitation of the Gardner River High Bridge in Yellowstone National Park, Wyoming. This solicitation is solely for six pre-selected prime contractors under the Yellowstone, Grand Teton, and Surrounding Area Multiple Award Task Order Contract (MATOC). The estimated price range for this firm-fixed-price contract is $20 - $30 Million. Proposals are due by January 30, 2026.
Scope of Work
The project, spanning 0.32 miles, includes comprehensive bridge rehabilitation and associated roadwork. Key tasks involve:
- Installation of containment systems and removal of existing lead-based paint.
- Painting of the bridge structure.
- Replacement of concrete approach spans and installation of deep patches at bridge approaches.
- Construction of concrete guardwalls and replacement of bridge joints.
- Application of a thin epoxy overlay across the bridge deck.
- Minor bridge repairs, including structural steel, concrete, and catwalk repairs.
- Paving of bridge approaches.
- Implementation of detailed traffic control plans, erosion control measures, and a Stormwater Pollution Prevention Plan (SWPPP).
Contract & Timeline
- Contract Type: Firm-Fixed-Price Task Order under a MATOC.
- Estimated Value: $20 - $30 Million (corrected from an initial $5-10M estimate).
- Period of Performance: Completion by October 19, 2027, with a Notice to Proceed assumed by March 30, 2026.
- Response Due Date: January 30, 2026, at 22:00 UTC.
- Published Date: January 27, 2026.
- Product Service Code: Y1LB (Construction Of Highways, Roads, Streets, Bridges, And Railways).
Eligibility & Set-Aside
This opportunity is a restricted competition and proposals will only be accepted from the following six prime contractors holding contracts under the Yellowstone, Grand Teton, and Surrounding Area MATOC:
- H-K CONTRACTORS, INC.
- M.A. DEATLEY CONSTRUCTION, INC.
- MISSOURI RIVER CONTRACTORS, LLC
- OFTEDAL CONSTRUCTION, INC.
- RIVIERSIDE CONTRACTING INC.
- SUNDT CONSTRUCTION, INC. The opportunity is publicized on SAM.gov to assist potential subcontractors. Large businesses are required to submit an acceptable subcontracting plan.
Key Amendments & Clarifications
- Amendment A001 (Jan 26, 2026): Revised SF 1442, updated Davis-Bacon Wage Decision, added "Masterworks" language to various Special Contract Requirements, and updated plan sheets. It confirmed the updated estimated price range.
- Amendment A002 (Jan 27, 2026): Modified Sections 109.06 (Pricing of Adjustments), 109.08 (Progress Payments), and 109.09 (Final Payment), detailing profit limits, cost/pricing data, invoice submittal, and partial payment conditions.
- Q&A (Jan 27, 2026): Reconfirmed the project magnitude of $20-30 Million. Clarified contractor responsibility for traffic control, and noted that further amendments would address crack repair quantities and bridge railing repair details.
- Q&A (Jan 26, 2026): Confirmed hydrodemolition for approach span slabs/floor beams and specified epoxy overlay limits.
Submission & Evaluation
Proposals must be submitted as a printed copy; electronic bids will not be accepted. Selection will be based on the lowest price. A bid bond is required. Offerors are urged to inspect the site, though access may be weather-dependent.
Additional Notes
All construction vehicles and equipment will be inspected for noxious weeds and invasive plants. Material sources must be certified. Technical questions should be submitted to wfl.plans-spec@dot.gov, and general questions to wfl.contracts@dot.gov or 360-619-7520.