Opportunity
SAM #6982AF-26-SS-0010
Roadway Improvements for North Rim Road and Scenic Routes in Arizona
Buyer
Central Federal Lands Highway Division
Posted
May 08, 2026
Respond By
May 22, 2026
Identifier
6982AF-26-SS-0010
NAICS
237990, 237310, 238990
The Federal Highway Administration, Central Federal Lands Division, is initiating a procurement for roadway improvements on the North Rim Road and Scenic Routes in Arizona. - Government Buyer: - Federal Highway Administration (FHWA), Central Federal Lands Division, Department of Transportation - Scope of Work: - Multi-modal safety and pavement improvements across 12.7 miles - Restoration of infrastructure damaged by fire and age - Key work items include: - Ditch excavation (450 units) - Placed riprap, Class 3 (25 units) - Roadway concrete pavement, Type 1 (1100 units) - Asphalt concrete pavement patches (Type 1: 1300 units, Type 2: 1625 units, Type 3: 425 units) - Installation of 36-inch pipe culverts (50 units) and end sections (2 units) - Guardrail system MSG, Type 4 Class B steel posts (3925 units) - Terminal sections (Type MGS Tangent: 9 units, Type MGS Bat: 1 unit) - Road closure gates (side road: 1 unit, entrance: 1 unit) - Snow pole delineators (1100 units) - Pavement markings (Type B, solid: 100 units; Type B, broken: 6 units) - Notable Requirements: - Contractors must demonstrate experience in pavement preservation, guardrail installation, signage, pavement markings, drainage improvements, and temporary traffic control - Timely construction completion is emphasized - OEMs and Vendors: - No specific OEMs or vendors are mentioned in the solicitation - Estimated Contract Value: - $5 million to $10 million - Place of Performance: - Arizona, ZIP 86023 - Contracting office located at 12300 W. Dakota Ave, Lakewood, CO 80228
Description
AZ NP GRCA 14(2) Roadway Improvements
Sources Sought #: 6982AF-26-S-0010
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: Jorey Deml) for receipt by close of business (2 p.m. local Denver time) on 5/22/2026:
(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 $5 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 AZ NP GRCA 14(2) Roadway Improvements project in which you performed pavement preservation, structural patching, and safety enhancements. Experience in pavement preservation improvements of roadways, guardrail installation, signs, pavement markings, minor drainage improvements, temporary traffic control, and timely construction completion. 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 Details: AZ NP GRCA 14(2) Roadway Improvements
This project involves multi-modal safety and pavement improvements across 12.7 miles of the North Rim Road and Scenic Routes. The work focuses on restoring infrastructure damaged by fire and age through the following:
Pavement Preservation: Structural patching and thin overlays to stabilize surfaces. Roadside Safety: Replacing fire-damaged guardrails with steel posts, installing new signage, and corridor-wide re-striping. Winter Readiness: Installing snow poles and culvert delineators for seasonal maintenance. Infrastructure: Upgrading the entrance gate and performing localized drainage and ditch repairs.
PRINCIPAL WORK ITEMS:
Pay Item[JF1]
Description
Quantity
20425-1000
Ditch, Excavation
450 LNFT
25101-0300
Placed Riprap, Class 3
25 CUYD
40301-0100
Roadway Concrete Pavement, Type 1
1,100 TON
41801-1000
Asphalt Concrete Pavement Patch, Type 1
1,300 SQYD
41801-2000
Asphalt Concrete Pavement Patch, Type 2
1,625 SQYD
41801-3000
Asphalt Concrete Pavement Patch, Type 3
425 SQYD
60201-1000
36-inch Pipe Culvert
50 LNFT
60210-1000
End Section for 36-inch Pipe Culvert
2 Each
61701-5100
Guardrail System MSG, Type 4 Class B Steel Posts
3,925 LNFT
61702-1500
Terminal Section, Type MGS Tangent
9 EACH
61702-1700
Terminal Section, Type MGS Bat
1 EACH
61902-0000
Road Closure Gate (Side Road Gate)
1 EACH
63309-1000
Delineator, Type Snow Pole
1,100 EACH
63330-0000
Road Closure Gate (Entrance Gate)
1 EACH
63402-0300
Pavement Markings, Type B, Solid
100 MILE
63402-0400
Pavement Markings, Type B, Broken
6 MILE
It is anticipated this project will be advertised in Late June 2026 and be under construction August 2026 with project completion date of November 2026.
The estimated price range of the project work is between $5,000,000 and $10,000,000.