Federal Highway Administration Eastern Federal Lands Highway Division
Sources Sought Announcement No.: 693C73-26-SS-0003
PRHTA - DB Landslide Repairs Island Wide C1
PR ER DOT PRMNT RPR(26)
SUBMITTAL INFORMATION
ISSUE DATE: 10/07/2025
DUE DATE FOR RESPONSES: 11/6/2025, 2:00 PM EST
SUBMIT RESPONSES TO: Shirley A. Anderson at eflhd.contracts@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 a potential Design-Build construction contract under NAICS 237310 - Highway, Street, and Bridge Construction to repair multiple landslides in Puerto Rico for the Puerto Rico Highway and Transportation Authority (PRHTA). The design work may include but is not limited to, completing the design for the repair of 53 landslide sites per contract, preparing the necessary documentation for acquiring National Environmental Policy Act (NEPA) approval, and for the acquisition of right-of-way following PRHTA’s design standards and directives as needed for each of the sites. Coordinating project work as needed with the public, local governments, utility companies, and other stakeholders, and performing required permitting among them. The Construction work may include but is not limited to ROW document development, coordination and acquisition support, the construction of gravity gabion walls, gravity gabion walls with nails, gabion mattresses - channelization, gabion faced soil nail walls, gravity concrete walls, cantilever sheet pile walls, cantilever reinforced concrete walls, secant pile wall, drilled shaft reinforced concrete wall, embankment constructions, box culverts, pavement rehabilitation and reconstruction, barriers, pavement markings and signage, temporary and permanent traffic control, environmental compliance documents, and other related work.
The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates procuring a design-build construction contracts between Calendar Years 2026 and 2027. The cost of this project is expected to be between $45,000,000 and $55,000,000.
QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.CONTRACTS@dot.gov (Attn: Shirley Anderson) no later than 2:00 PM (EST) on November 6, 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 website (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 and Commercial and Government Entity (CAGE) Code; if a member of a mentor-protégé agreement with the SBA, please provide information on both members.
4. Identify your firm’s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). All firms shall be certified and registered under the NAICS code 237310 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: large business, small business; woman-owned small business; 8(a) small business; small-disadvantaged business; HUBZone small business; service-disabled veteran-owned small business; etc. 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. Please provide a letter from your bonding agent stating your firm’s capability to bond for a single contract in the amount of $50 Million to $60 Million, and your firm’s aggregate bonding capacity.
7. Are you willing to enter into and submit a Project Labor Agreement (PLA) prior to any potential contract award if your firm is determined to be the apparent successful offeror? Please explain in detail.
The Project Labor Agreement (PLA) must meet the requirements of Executive Order 14063 and the policies and procedures of FAR Subpart 22.5 – Use of Project Labor Agreements for Federal Construction Projects: When awarding large scale construction projects (>$35 million), federal agencies shall require the use of Project Labor Agreements for contractors and subcontractors engaged in construction on the project unless an exception at FAR Part 22.504(d) applies as determined by the agency’s Senior Procurement Executive.
8. Please provide any information about availability of relevant unions, unionized and non-unionized contractors in the project area.
9. Is there any other information you would like the government to consider regarding a Project Labor Agreement (PLA) for this specific construction project?
10. Offeror's experience to perform, or strategy to complete, and submit the designs for multiple design packages that include landslide and/or washout repairs at different design stages; the necessary documentation and processes to acquire NEPA approval; and complete the documentation and processes to acquire right-of-way following PRHTA’s design standards and guidelines.
11. Offeror's experience to perform, or strategy to develop, and submit shop drawings, material submittals, construction quality control program, Traffic Management Plans, as-built drawings, and other engineering and surveying services.
12. Offeror's capability to perform these types of design and construction activities on contracts ranging in size from $45,000,000 to $55,000,000. Provide evidence of comparable work performed within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV.
13. Offeror’s experience in building retaining wall systems and reinforced soil slopes within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project. If a member of a joint venture, the offeror should include relevant information from both members of the JV.
14. Offeror’s experience managing multiple design and/or construction activities in multiple projects simultaneously.
15. Offeror’s experience developing and implementing a Contractor’s Quality Control Plan (CQCP). The CQCP includes the measuring and the validation of the quality of the materials used and incorporated into the project including, but not limited to qualified personnel, equipment, testing facilities, and sampling procedures.
Notes:
- Please reference: 693C73-24-SS-0003 Sources Sought in the subject line of your email.
- RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 8 PAGES.