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 Department of Transportation, Federal Highway Administration (FHWA), through its Eastern Federal Lands Highway Division, is soliciting sealed bids for Landslide Repairs in the North and South Region C2 across multiple municipalities in Puerto Rico. This Total Small Business Set-Aside opportunity, valued between $10,000,000 and $15,000,000, aims to repair damages caused by Hurricanes Irma and Maria. Bids are due by Tuesday, May 12, 2026, at 2:00 p.m. EDT.
Scope of Work
This project, Solicitation Number 693C73-26-B-000009, involves comprehensive civil engineering work on various PR routes (PR-1, PR-10, PR-121, PR-128, PR-123, PR-173, PR-184, and PR-971). Key tasks include utility relocations, embankment reconstruction, slope stabilization (using retaining walls, gabion walls, and Mechanically Stabilized Earth (MSE) slopes), temporary shoring and bracing, drainage systems installation, pavement reconstruction (milling and overlay), pavement markings, signage, guardrail removal and replacement, sediment and erosion control, and temporary traffic control. The project is structured with a Base Contract (Schedule A) and a Government Option (Schedule B).
Project Locations
Repairs will be conducted in the municipalities of Adjuntas, Aguas Buenas, Arecibo, Cayey, Coamo, Juana Díaz, Naguabo, Ponce, San Juan, and Yauco, Puerto Rico.
Contract Details
- Contract Type: Solicitation (Sealed Bids)
- Estimated Value: $10,000,000 to $15,000,000
- Performance Period: Schedule A: 800 calendar days; Schedule A + B: 1470 calendar days; Schedule B (if exercised): 670 calendar days.
- NAICS Code: 237310 - Highway, Street, and Bridge Construction
- Governing Standards: PRHTA's Standard Specifications for Road and Bridge Construction (Metric Units), PRHTA Standard Drawings, and Material Testing Schedule.
Submission & Evaluation
- Bid Due Date: May 12, 2026, at 2:00 p.m. EDT.
- Submission Method: Electronic bids ONLY via email to EFLHD.Contracts@dot.gov. Facsimile bids will not be accepted. Hand-delivered bids are discouraged unless attending the bid opening.
- Bid Guarantee: Required, not less than 20% of the bid price or $3 million, whichever is less.
- Evaluation Criteria: Award will be based on the lowest Evaluation Total Price (Schedule A Bid Total + Schedule B Bid Total).
Key Requirements & Notes
- Set-Aside: This is a Total Small Business Set-Aside. Bids will only be accepted from certified Small Business Concerns.
- Registration: Prospective contractors must have an active Federal Government contract registration in the System for Award Management (SAM) at the time of bid submission and award. Annual VETS-4212 completion is also required.
- Technical Details: Numerous geotechnical reports, plans, and environmental compliance certifications (Categorical Exclusions) are available, detailing site-specific conditions, recommended solutions (e.g., gabion walls, reinforced soil slopes, concrete retaining walls, rip-rap), tree mitigation, archaeological monitoring, and utility coordination for various locations. Schedule B execution is contingent on permit receipt.
- Bid Documents: Available for download from SAM.gov by searching for "693C73". Register as an interested vendor for email notifications.
- Questions: All questions concerning construction projects should be sent to eflhd.contracts@dot.gov, including the solicitation number, project name, firm details, and point of contact.