Federal Highway Administration
Eastern Federal Lands Highway Division
Sources Sought Announcement No. 693C73-25-SS-0007
New River Gorge National Park Project WV NP NERI 107(3)
SUBMITTAL INFORMATION
ISSUE DATE: April 3, 2025
DUE DATE FOR RESPONSES: April 24, 2025 by 2:00 PM EDT
SUBMIT RESPONSES TO: Mr. Michael Sun 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 ALL QUALIFIED BUSINESSES for a construction project involving roadway slide repairs, located in the New River Gorge National Park and Preserve, Fayette County, WV.
The project consists of the construction of soldier pile walls, roadway excavation, ground anchors, Steel H-piles with concrete lagging, pipe culverts, curb and gutter, underdrain, roadway paving, asphalt pavement reconstruction, and other miscellaneous work. Submittals from contractors will be evaluated by their past performance and construction capabilities involving ground anchors, H-Piles, guardrails, and soldier pile walls. Tree cutting will not be allowed between April 1 through November 15.
The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a construction contract no earlier than February 2026. The cost of the entire project is estimated to be between $5,000,000.00 to $10,000,000.00.
QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. Michael Sun) no later than 2:00PM (EDT) on April 24, 2025:
1. A positive statement of your intention to submit a bid for the solicitation as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any).
2. Your firm’s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). All firms should be certified and registered under the NAICS code 237310 in the System for Award Management (SAM) located at https://www.sam.gov/. prior to the submission of bids or proposals.
3. Identify all applicable classifications for your firm such as: small business; woman-owned small business; 8(a) small business; small disadvantaged business; HUBZone small business; SDVOB 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.
4. Offeror's ability to perform at least 50% of the total amount of work to be performed under the contract as a large business prime contractor per FAR Clause 52.236-1 – Performance of Work by the Contractor; or ability to perform at least 15% 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.
5. Offeror's capability to perform a contract of this magnitude and complexity including the construction of a soldier pile wall, roadway excavation, ground anchors, Steel H-piles with concrete lagging, pipe culverts, curb and gutter, underdrain, select borrow, asphalt pavement reconstruction within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV.
6. Commercial and Government Entity (CAGE) Code and Unique Entity ID; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV.
7. Please provide your current per contract and aggregate bonding capacities.
RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 5 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.” Submission shall be provided in electronic format readable and searchable by Adobe Acrobat or Microsoft Word. Do NOT submit marketing material, slide presentations, or technical papers. Do NOT submit resumes.
Please reference “Sources Sought Announcement No. 693C73-25-SS-0007 for Project WV NP NERI 107(3)” in the subject line of your email.