Skip to content
Department of Transportation

Sources Sought Announcement for Construction Inspection Services

Solicitation: 693C73-26-SS-0007
Notice ID: d6abb9f0bfe9416ca983319ec7e1aff1
TypeSources SoughtNAICS 541330PSCC1LBSet-AsideSBADepartmentDepartment of TransportationAgencyFederal Highway AdministrationPostedMar 10, 2026, 12:00 AM UTCDueMar 31, 2026, 06:00 PM UTCCloses in 21 days

Sources Sought from FEDERAL HIGHWAY ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: 3320 • United States. Response deadline: Mar 31, 2026. Industry: NAICS 541330 • PSC C1LB.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,209,555,532
Sector total $5,862,773,462,806 • Share 0.1%
Live
Median
$386,815
P10–P90
$74,327$41,900,636
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+1016%($4,351,836,254)
Deal sizing
$386,815 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
3320 • United States
Contracting office
Ashburn, VA • 20147 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Helson Roman-Soto
Email
EFLHD.AE@dot.gov
Phone
Not available
Name
C. Shawn Long
Email
EFLHD.AE@dot.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL HIGHWAY ADMINISTRATION
Subagency
693C73 EASTERN FED LANDS DIVISION
Office
Not available
Contracting Office Address
Ashburn, VA
20147 USA

More in NAICS 541330

Description

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 Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for providing Construction Inspection and related engineering and professional services under NAICS 541330 - Engineering Services.

The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one or more Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for the provision of Construction Inspection services and related technical support services on behalf of 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.

The anticipated services include Construction Inspection and other engineering and professional services for the administration, oversight, and support of construction contracts performed by Eastern Federal Lands (EFL) on behalf of Federal Land Management Agencies (FLMA). Work may include inspection and documentation of highway and bridge construction activities, monitoring contractor compliance with plans, specifications, and contract requirements, review of contractor submittals, materials inspection coordination, safety and environmental compliance monitoring, progress documentation, schedule monitoring, and other related construction inspection and contract administration services as required. Construction projects supported under these contracts may include highway and roadway construction and rehabilitation, pavement rehabilitation, bridge repair or replacement, drainage improvements, erosion and sediment control measures, traffic control, signage installation, safety improvements, and other transportation related infrastructure improvements.

The resulting contract(s) are anticipated to include 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 at this time, and any contract award will be made no earlier than April 2027.

All work will be done under the supervision of a Licensed Professional Engineer.

QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.AE@dot.gov (Attn: Helson Roman ) no later than 2:00PM (EST) on March 31, 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 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: 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. 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 50% 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 Construction Inspection services for highway, bridge, or transportation infrastructure projects? 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-0007” Construction Inspection Services IDIQ” 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.

Analysis is being generated for this notice. Check back shortly.

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.