Landslide Repairs in the North and South Region C2
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), specifically the Eastern Federal Lands Highway Division (EFLHD), is seeking sealed bids from certified Small Business Concerns for Landslide Repairs in the North and South Region C2 in Puerto Rico. This presolicitation outlines a project to repair damages caused by Hurricanes Irma and Maria, with an estimated cost between $10,000,000 and $15,000,000. Bid documents are expected around March 27, 2026, and bids are due by April 28, 2026. This is a Total Small Business Set-Aside opportunity.
Scope of Work
The project, identified as PR ER DOT PRMNT RPR(23), involves repairing landslides and washouts across various municipalities including Adjuntas, Aguas Buenas, Arecibo, Cayey, Coamo, Juana Díaz, Naguabo, Ponce, San Juan, and Yauco. Specific work locations are detailed across multiple PR routes (PR-1, PR-10, PR-121, PR-128, PR-123, PR-173, PR-184, PR-971).
The scope of work includes, but is not limited to: utility relocations, embankment reconstruction, slope stabilization and reconstruction, retaining walls, gabion walls, Mechanically Stabilized Earth (MSE) slopes, temporary shoring and bracing, drainage systems installation, pavement reconstruction, milling and overlay, pavement markings, signage, removal and replacement of guardrails, sediment and erosion control, and temporary traffic control. The project will be split into multiple work schedules/contract options, with Schedule B (Government Option 1) contingent on permit acquisition.
Contract & Timeline
- Type: Presolicitation (leading to sealed bids)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Estimated Value: $10,000,000 to $15,000,000
- Bid Documents Issued: On or about March 27, 2026
- Response Due: April 28, 2026, 6:00 PM UTC (as specified on SF 1442, Block 13a)
- Published: March 12, 2026
Submission & Registration Requirements
Prospective contractors must have an active System for Award Management (SAM) registration (FAR 52.204-7) at the time of offer submission and award. Annual contractor representations and certifications must be completed online at SAM.gov. SAM registration is also required for payment (FAR 52.232-33). Additionally, the annual Form VETS-4212 must be completed online per FAR 52.222-37.
Bid documents will be available for download from SAM.gov (search for "693C73"). Solicitation documents will not be mailed. Firms are encouraged to register as an interested vendor on SAM.gov to receive email notifications. Questions regarding construction projects should be sent to eflhd.contracts@dot.gov, including the solicitation number, project name, firm details, and point of contact.
Bidders are encouraged to submit bids electronically as per solicitation instructions. For in-person bid openings, strict security protocols apply, requiring valid photo ID and escort by a Government employee. Visitors should arrive at least one hour prior to scheduled bid openings.