Freedom Line Natural Gas Pipeline
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 U.S. Army Corps of Engineers (USACE), Caribbean District (SAA), is conducting market research through a Sources Sought Synopsis for the Freedom Line Natural Gas Pipeline project in San Juan, Puerto Rico. This initiative aims to identify qualified firms for the construction of an approximately 4.2-mile natural gas transmission pipeline. Responses are due by April 6, 2026, at 1:00 PM AST.
Purpose
This Sources Sought is for market research only, not a request for proposal. Its purpose is to identify interested and capable parties within the Construction Services Community, including various small business categories (Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, HUBZone Small Business, Small Business, Woman-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business) and Other than Small Businesses. The information gathered will help USACE determine the procurement method and ensure adequate competition for the proposed acquisition.
Project Scope
The project involves constructing an approximately 4.2-mile natural gas transmission pipeline to supply natural gas from the existing San Juan LNG terminal to the Palo Seco Power Plant. The anticipated scope of Construction Services includes:
- Preconstruction services: Constructability reviews, scheduling, cost estimating.
- Early procurement: Long-lead items such as transmission line pipe, casing pipe, valves, and fittings.
- Early construction packages: Site inspections, incidental investigations, clearing and grubbing, foundation installation.
- Pipeline installation: Trenchless technologies (Horizontal Directional Drilling, jack and bore) and open trench cut and cover.
- Above-grade pipeline installation: Potentially requiring concrete piles and structural supports on existing bridges.
- Ancillary systems: Installation of cathodic protection systems and associated electrical supply.
- General sitework: Demolition, access roads, laydown areas, bank stabilization, site utilities, paving, and site restoration.
- Coordination: With USACE, system owner (GENERA), and Architect-Engineer Designer of Record (AE-DOR).
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction (Small Business Size Standard: $45 million)
- Response Due: April 6, 2026, 1:00 PM AST
- Published: March 30, 2026
Response Requirements
Interested firms must submit a capabilities statement, limited to ten (10) pages, via email. The response should include:
- Firm's name, address, main point of contact, CAGE Code, and Unique Entity Identifier (UEI).
- Interest in bidding and documentation of current single and aggregate performance/payment bond limits.
- At least three project examples (within 15 years) demonstrating capability in comparable work (e.g., natural gas pipeline construction, heavy civil projects with trenchless technologies, work in urban/sensitive areas), including description, customer, timeliness, satisfaction, and dollar value.
- Business category (large or specific small business type).
- Details on significant subcontracting or teaming arrangements, including Joint Venture information.
- For Small Businesses: Percentage of self-performed work and how it will be accomplished, in accordance with FAR 52.219-14.
Important Notes
This is for information and planning purposes only; no contract will be awarded from this notice, and no reimbursement will be made for response costs. Prior Government contract work is not required. Respondents will not be notified of evaluation results. Registration with SAM.gov is required for future Government contracts.