SUBMITTAL INFORMATION
ISSUE DATE: October 22, 2025
DUE DATE FOR RESPONSES: November 5, 2025, 2:00 PM EST
SUBMIT RESPONSES TO: Mr. Raymond Delpesche at EFLHD.AE@dot.gov
SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT
Synopsis:
This is a Sources Sought Announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this announcement is to determine the availability and capability of qualified SMALL BUSINESSES for potential Multiple Award Task Order Contracts (MATOC) for providing highway and/or bridge design and related engineering services. The secondary services work includes geotechnical, hydraulics and hydrology, survey and mapping, traffic and safety engineering, structural engineering, planning and/or scoping, value engineering, environmental compliance, landscaping, architectural and architecturally related services and other engineering services as may be required under NAICS 541330 - Engineering Services. Also, the awarded contracts may require the provision of occasional design services including survey and plans, cost estimates, and specification preparation to be performed or approved by a licensed/registered professional engineer in the state or territory of the work location.
The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for the provision of technical support services on behalf of for Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), the U.S. Forest Service (USFS), the U.S. Fish and Wildlife Service (FWS), the U.S. Army Corps of Engineers (USACE), the Bureau of Land Management (BLM), etc. for properties under FLMA management and administration that are LOCATED IN ALL FIFTY (50) UNITED STATES AND U.S. TERRITORIES. Each of the resulting contracts will be for one base year with four one-year options and a six-month option extension with a maximum not-to-exceed amount of $60 million over this five-year period.
The number of IDIQ contracts to be awarded is undetermined now, and any contract award will be made no earlier than September 30, 2026.
All work will be done under the supervision of a Licensed Professional Engineer. For additional information on the Architect-Engineer process see FAR Part 36.6.
QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.AE@dot.gov (Attn: Raymond Delpesche) no later than 2:00PM (EST) on November 5, 2025:
1. A positive statement of your intention to submit an offer in response to the solicitation as a Prime Contractor when it is issued.
2. Provide your full business name, address, point of contact, phone number, e-mail address, and web site (if any). If a member of a joint venture (JV), include relevant information from both members of the JV.
3. Provide your Unique Entity ID (UEI) and Commercial and Government Entity (CAGE) Code. If a member of a joint-venture (JV) or mentor protégé agreement with the SBA, please provide information on both members.
4. Identify your firm’s size standard under NAICS 541330 - Engineering Services ($25.5 Million). All firms shall be certified and registered under NAICS code 541330 in the System for Award Management (SAM) located at https://www.sam.gov at the time an offer is submitted in response to any solicitation.
5. Identify all applicable classifications for your firm such as: small business; woman-owned small business; 8(a) small business; small-disadvantaged business; HUBZone small business; service-disabled veteran-owned small business small business; etc. This information must be provided to determine whether the "Rule of 2" has been met for any socio-economic category for set-aside purposes. Please note that 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. If a member of a joint venture (JV), include relevant information from both members of the JV.
6. Describe your firm’s ability to perform at least 15% of the cost of contract performance effort with its own workforce as a small business prime contractor per FAR Clause 52.219-14 Limitations on Subcontracting.
7. Does your firm have experience within the past 5 years in performing a contract of this magnitude and complexity consisting of highway and/or bridge design engineering services? Provide examples including a brief description of the project(s), customer name(s), timelines of performance, project location(s), customer satisfaction, and dollar value of the project(s). Clearly describe the role of your firm on each example project. If a member of a joint venture, the offeror should include relevant information from both members of the JV.
RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO NO MORE THAN 10 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. Page margins no smaller than 1” and page size shall be no greater than 8.5” x 11.” Submissions shall be provided in electronic format readable and searchable by Adobe Acrobat or Microsoft Word. Do NOT submit resumes, marketing material, slide presentations, or technical papers.
Please reference “Sources Sought Announcement No. 693C73-26-SS-0004” in the subject line of your email.