CO NP COLM 10(5), GUARDRAIL IMPROVEMENT
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 Department of Transportation, Federal Highway Administration (FHWA), through its Central Federal Lands Division, is soliciting quotes for Guardrail Improvement at the Colorado National Monument, Mesa County, CO. This project, identified as CO NP COLM 10(5), involves guardrail replacement and new installation along Rim Rock Drive. This is a Total Small Business Set-Aside. Quotes are due May 7, 2026, at 2:00 PM local time.
Scope of Work
The project entails guardrail replacement and new installation across approximately 0.27 miles at various sites within the Colorado National Monument. Key tasks include:
- Removal and resetting of existing guardrail, posts, blocks, and end terminals.
- Installation of new Midwest Guardrail System (MGS) Type 2, Class A, with coated wood posts.
- Installation of new MGS Tangent terminal systems (coated), meeting MASH Test Level 2.
- Building up portions of the shoulder in three areas.
- Resetting boulders in one area.
- Installation of sign systems (Solar Radar Flashing Speed Sign).
- Roadway aggregate (Method 2) and temporary traffic control, including plastic fence for staging areas.
- Minimizing vegetation removal is a requirement. A staging area is designated at the East Overflow Parking lot.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Estimated Price Range: $250,000 to $700,000.
- Period of Performance: Work to commence within 10 calendar days after notice to proceed, with a completion date of August 11, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 237310 (Highway, Street & Bridge Construction), with a small business size standard of $45 million.
- Technical Questions Due: April 22, 2026, 4:00 PM.
- Quote Due Date: May 7, 2026, 2:00 PM local time.
- Published Date: April 16, 2026.
Submission & Evaluation
Quotes must be submitted electronically via Masterworks. Required submission documents include SF-1442, Quote Schedule, and Representations and Certifications. A bid bond is required, in the form of a firm commitment, for twenty percent (20%) of the bid price or $3,000,000.00, whichever is less. Offerors must be registered in the System for Award Management (SAM). Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering both price and non-price factors. Evaluation factors include:
- Price
- Technical Approach (Capability/Subcontracting, Key Personnel, Performance Schedule)
- Relevant Experience
Additional Notes
The solicitation references "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS, FP-24" (US Customary Units), with Special Contract Requirements (SCRs) amending and supplementing FP-24. A fire prevention plan is required as per Appendix A. Locations for guardrail post replacements and repair limits will be determined in the field by the Contracting Officer.