THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE.
THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are small businesses, HUBZone small businesses, woman owned small business concerns, 8(a) small businesses, or service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Stephanie Navarro) for receipt by close of business (2 p.m. local Denver time) on July 25, 2025:
(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor;
(2) A list of all confirmed socioeconomic categories (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business;
(3) A letter from a bonding agent stating your firm’s capability to bond for a single project of $2 million, and your firm’s aggregate bonding capacity; and
(4) Provide a list of road construction projects of equal or greater value and scope to the ND FTFW DESL 11(4) Auto Tour Route project. Provide a list of roadway construction projects in which you performed (as the prime contractor) rehabilitation, widening/reconstruction, and earthwork for new construction that was performed under active traffic conditions. Include experience and constraints in which you performed (as the prime contractor) in an environmentally sensitive area. Experience with roadway rehabilitation, reconstruction, earthwork, construction phasing while maintaining traffic and access to recreational amenities. Timely completion of construction is required. State whether your firm was the prime contractor or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK.
The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/
PROJECT DESCRIPTION:
This project is located in Des Lacs National Wildlife Refuge near the city of Kenmare, North Dakota. The project includes aggregate resurfacing, sub excavation, ditch excavation and reconditioning, and culvert replacement on Auto Tour Route 011 Lower Lake Road. Resurfacing the roadway and drainage improvements will provide a more consistent width and improve roadway conditions that have been deteriorating due to weather events and lack of routine maintenance. The proposed improvements will enhance user experience by providing an updated road surface and allow for easier maintenance by the Refuge.
SCOPE OF THE WORK:
This project is to rehabilitate and repair Auto Tour Route 011 Lower Lake Road from approximately milepost 0.0 to mile post 2.0. The project is broken into a base Schedule and three options.
Schedule A: Drainage improvements from 15+75 to 89+50 including spot culvert and/or end section replacement, culvert cleaning, ditch excavation, ditch reconditioning, spot sub excavation, and roadway excavation. Decades of grading the gravel surface has created a berm along the roadway cutting off surface drainage to most of the existing ditches.
Option X: Aggregate surfacing from 15+75 to 60+00.
Option Y: Aggregate surfacing from 60+00 to 89+50
Option Z: Drainage improvements and Aggregate Surfacing from 89+50 to 118+85 including spot culvert cleaning, ditch excavation, and ditch reconditioning.
PRINCIPAL WORK ITEMS:
Approximate quantities for major work items:
Schedule A:
- 20101-0000 CLEARING AND GRUBBING: 2.2 ACRE
- 20301-1200 REMOVAL OF HEADWALL: 6 EACH
- 20302-2100 REMOVAL OF PIPE CULVERT: 145 LNFT
- 20401-0000 ROADWAY EXCAVATION: 120 CUYD
- 20402-0000 SUBEXCAVATION: 415 CUYD
- 20425-1000 DITCH, EXCAVATION: 1,800 LNFT
- 62901-1200 ROLLED EROSION CONTROL PRODUCT, TYPE 5.A: 9,000 SQYD
- 60201-0800 24-INCH PIPE CULVERT: 40 LNFT
- 60201-0900 30-INCH PIPE CULVERT: 70 LNFT
- 60210-0800 END SECTION FOR 30 -INCH PIPE CULVERT: 6 EACH
Option X:
- 15236-2000 SURVEY CONTROL, GRADE FINISHING: 0.84 MILE
- 20101-0000 CLEARING AND GRUBBING: 1 ACRE
- 30110-0000 AGGREGATE SURFACE COURSE: 4,500 TONS
Option Y:
- 15236-2000 SURVEY CONTROL, GRADE FINISHING: 0.56 MILE
- 20101-0000 CLEARING AND GRUBBING: 0.5 ACRE
- 30110-0000 AGGREGATE SURFACE COURSE: 3,000 TONS
Option Z:
- 15215-1000: SURVEY AND STAKING, APPROACH ROAD: 5 EACH
- 15236-2000 SURVEY CONTROL, GRADE FINISHING: 0.60 MILE
- 20101-0000 CLEARING AND GRUBBING: 1.2 ACRE
- 20425-1000 DITCH, EXCAVATION: 430 LNFT
- 30110-0000 AGGREGATE SURFACE COURSE: 3,300 TONS
- 62901-1200 ROLLED EROSION CONTROL PRODUCT, TYPE 5.A: 1,900 SQYD
ANTICIPATED SCHEDULE:
Advertisement – Sept 2025
Award – November 2025
NTP – December 2025
Contract Completion – Sept 2026
ESTIMATED COST RANGE:
Total estimated cost between $700,000 and $2,000,000