- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Freedom Line Natural Gas Pipeline
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PR. Response deadline: Apr 06, 2026. Industry: NAICS 237120 • PSC Y1NA.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 19 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237120
Description
SOURCES SOUGHT SYNOPSIS
Freedom Line Natural Gas Pipeline
San Juan, Puerto Rico
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS, AND DRAWINGS ARE NOT AVAILABLE.
The U.S. Army Corps of Engineers (USACE), Caribbean District (SAA), is issuing this Sources Sought Synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements for the Freedom Line Natural Gas Pipeline in Puerto Rico. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code for this proposed acquisition is 237120 - Oil and Gas Pipeline and Related Structures Construction. The small business size standard for this NAICS code is US $45 million.
THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. Submission of any information in response to this market survey is purely voluntary; no reimbursement will be made for any cost associated with providing information in response to this Sources Sought.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Construction Services Community, to include Small Disadvantaged Business such as firms participating in the Service-Disabled Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business, HUBZone Small Business, Small Business concern, Woman-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business and Other than Small Business Community (Unrestricted). The Government must ensure there is adequate competition among the potential pool of responsible contractors.
The purpose of the proposed Freedom Line Natural Gas Pipeline project is to supply natural gas to the existing Palo Seco Power Plant from the existing San Juan liquid natural gas (LNG) terminal, providing a long-term, reliable, and secure gas supply. The project involves constructing an approximately 4.2-mile natural gas transmission pipeline between the two locations.
The scope for Construction Services is anticipated to include:
• Preconstruction services, including constructability reviews, scheduling, and cost estimating.
• Early procurement activities for long-lead items such as transmission line pipe, casing pipe, valves, and fittings.
• Early construction packages, including site inspections, incidental investigations, clearing and grubbing, and foundation installation.
• Trenchless pipeline installation, including Horizontal Directional Drilling (HDD), jack and bore, and other trenchless technologies.
• Open trench cut and cover pipeline installation.
• Above-grade pipeline installation, potentially requiring concrete piles and structural supports on existing bridges.
• Installation of cathodic protection systems and associated electrical supply.
• General sitework, including demolition, construction of access roads, laydown areas, bank stabilization, site utilities, paving, and site restoration.
• Coordination with USACE, the system owner (GENERA), and the Architect-Engineer Designer of Record (AE-DOR) in a fast-track, collaborative environment.
Firm’s response to this synopsis shall be limited to ten (10) pages and shall include the following information:
1. Firm’s name, address, main point of contact (POC) telephone number, POC email address, firm’s website if any, CAGE Code and Unique Entity Identifier (UEI).
2. Firm’s interest in bidding on the solicitation when it is issued. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
3. Firm’s capability to perform a contract of this magnitude and complexity, including at least three project examples of the firm’s capability to execute comparable work performed within the past 15 years. This should be tailored specifically to the scope of Construction Services described above (e.g., natural gas pipeline construction, heavy civil projects involving trenchless technologies like HDD, and work in dense urban or environmentally sensitive areas). Each example must comprise a brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.
4. Firm’s business category: other than small (large), or if a Small Business, specify if your company is any of the following: Small Business, Small Disadvantaged Business (including 8(a)), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business, HUBZone Small Business, or Women-Owned Small Business.
5. If significant subcontracting or teaming is anticipated to deliver technical capability, firms should address the structure of such arrangements, including Joint Venture information if applicable.
6. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project and how it will be accomplished.
All responses to this Sources Sought notice will be evaluated and used in determining the acquisition strategy.
IMPORTANT: Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the USACE SAA in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for solicited information. Respondents will not be notified of the results of the evaluation.
Submission Instructions: Interested firms who consider themselves qualified to perform the above-listed Construction Services are invited to submit a response to this Sources Sought no later than 1:00 PM (AST), 6 April 2026. All responses under this Sources Sought must be emailed to the attention of Angel.J.Martinez@usace.army.mil and Meranda.R.Booth@usace.army.mil. No hardcopy or facsimile submission will be accepted.
Prior Government contract work is not required for submitting a response under this Sources Sought.
Note: You must be registered with the System for Award Management (SAM) to apply for a Government contract. To register, go to www.sam.gov.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.