PR ER DOT PRMNT RPR(28)
Sources Sought from FEDERAL HIGHWAY ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: PR. Response deadline: Mar 26, 2026. Industry: NAICS 237310 • PSC Y1LB.
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237310
Description
Federal Highway Administration Eastern Federal Lands Highway Division
Sources Sought Announcement No.: 693C73-26-SS-0006
PRHTA - DB Landslide Repairs Island Wide C1
PR ER DOT PRMNT RPR(28)
SUBMITTAL INFORMATION
ISSUE DATE: February 25, 2026
DUE DATE FOR RESPONSES: March 26, 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 36 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 embankment reconstruction, excavation, concrete, different types of retaining walls (reinforced soil slope, gabion gravity retaining wall, secant pile wall, drilled shaft wall, soldier pile wall, cantilever reinforced walls, buttress earth fill treatment), drainage structures (pipes, concrete box culverts, inlets, headwall, concrete curb and gutters), riprap, removal and replacement of the roadway structure, removal and replacement of guardrails and end sections, removal and replacement of traffic sign, maintenance of traffic and temporary traffic control, soil erosion and sedimentation control, pavement markings, utilities, and other related work.
The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates procuring a design-build construction contract no earlier than 4th quarter of fiscal year 2027. The cost of this project is expected to be between $40,000,000 and $50,000,000.
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 March 26, 2026:
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. 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.
8. 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.
9. 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.
10. 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.
11. Offeror’s experience managing multiple design and/or construction activities in multiple projects simultaneously.
12. 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:
RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 8 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-0006 for Project PR ER DOT PRMNT RPR(28)” in the subject line of your email.
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.