CO ERFO FS SNJUAN 2026-1(1) Fall Creek Road
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Highway Administration (FHWA), Central Federal Lands Division, is issuing a Sources Sought notice for the CO ERFO FS SNJUAN 2026-1(1) Fall Creek Road project. This is market research to identify qualified small business prime contractors for potential set-aside opportunities. The project involves road construction and repair in the San Juan National Forest, Colorado. Responses are due by March 26, 2026, at 2 p.m. local Denver time.
Project Overview
This project, located in Archuleta and Mineral Counties, CO, approximately 15 miles north of Pagosa Springs, involves spot repairs at five damaged sites within the San Juan National Forest. The estimated cost range is $2,000,000 to $5,000,000.
Scope of Work
The proposed improvements include:
- Embankment construction and riprap placement
- Box culvert construction
- Bridge abutment scour repairs and protection
Principal Work Items:
- Embankment Construction: 4,000 CUYD
- Riprap: 2,000 CUYD
- Aggregate: 500 TON
- Precast Concrete Box Culvert: 70 LNFT
- Grout: 50 CUYD
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Award: June 2026
- Anticipated Completion: November 15, 2026
- Estimated Cost: $2,000,000 - $5,000,000
- Response Due: March 26, 2026, 2 p.m. local Denver time
- Published: March 11, 2026
Set-Aside Determination
This notice aims to determine if there is sufficient interest from qualified small businesses (including HUBZone, Woman-Owned, 8(a), or Service-Disabled Veteran-Owned Small Businesses) to allow for a set-aside.
Submission Requirements
Interested prime contractors must submit the following via email to CFLAcquisitions@dot.gov (Attn: Denise Martinez):
- Positive statement of intent to submit a bid as a Prime Contractor.
- List of all confirmed socioeconomic categories (e.g., 8(a), HUBZone, SDVOSB, WOSB, EDWOSB).
- Letter from a bonding agent confirming capability to bond for a single project of $5 million and aggregate bonding capacity.
- List of road construction projects of equal or greater value and scope, demonstrating experience in embankment construction, riprap placement, box culvert construction, and bridge abutment scour repairs/protection in natural resource sensitive areas. Indicate prime or subcontractor role.