Navigate the lattice: hubs for browsing, trends for pricing signals.
Sources Sought Notice for FY26 C&D SR-1 Bearing Replacement Contract
REQUEST FOR INFORMATION
THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.
Requirement:
The U.S. Army Corps of Engineer (USACE), Philadelphia District (NAP), anticipates a requirement for FY26 C&D SR-1 Bearing Replacement Contract. The estimated magnitude of this project is between $5,000,000 and $10,000,000.
Description: This contract is for the replacement of the bridge bearings on the Senator Roth Bridge. The bridge is located in St. Georges, DE and is a major high lever bridge that crosses the Chesapeake and Delaware Canal. The bridge is a 6-lane highway bridge located on Route 1 and has approximately 39 million crossing per year. Work covered under this contract shall include jacking of the bridge, removal of the existing bearings, replacement of the bearings, placement of the bridge, and all associated traffic control.
The major items of work to be performed under this contract include, but are not limited to, the following:
• Provide all temporary traffic control in accordance with a Contractor-prepared, MDDOT approved, temporary traffic control plan.
• Replace 8 pot bearings
• Temporary jacking of bridge
• Replace elastomeric bearings
• Spall and Crack repairs The Contractor will need to completely close the bridge in one direction for each bearing replacement. There are 4 total bearing replacements associated with this contract (2 Northbound, 2 Southbound). A full bridge closure for each direction will be permissible starting on Friday Night and extending through Sunday. Contractor will be responsible for all traffic control measures associated with the closures.
The estimated period of performance will be 180 calendar days.
The anticipated North American Industrial Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction, with an SBA Size standard of $45.0M.
Survey:
The Government is issuing this notice to determine a competitive basis. This is not a solicitation, and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Request for Information.
Your response to this survey is requested by 1:00 PM Eastern Time, February 6, 2026. Please send by email to Molly Gallagher at molly.gallagher@usace.army.mil and Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil. Include in the title "Sources Sought – FY 26 C&D SR-1 Bearing Replacement Contract” as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format.
1.) Name of your firm:
2.) CAGE/Unique Entity Identifier:
3.) Point of Contact, Phone Number, and E-mail Address:
4.) List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the maintenance/repairs of bridges.
a.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?:
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
b.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?:
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
c.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?:
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
5.) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?
6.) For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting?
7.) What type of work requirements will you subcontract out to small businesses?
8.) Do you plan to subcontract to only small businesses?
9.) If the answer to question 8 is “yes”, are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)
10.) What is your bonding capacity per contract?
11.) What is your aggregate bonding capacity per contract?
12.) If this requirement is advertised, do you anticipate submitting a proposal?
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.