Pisgah National Forest Project NC FS ERFO NFNC811 2024-3(2)
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), Eastern Federal Lands Highway Division (EFLHD), is conducting a Sources Sought to identify qualified prime contractors for a proposed Design-Build construction project. This project aims to repair damages caused by Hurricane Helene on South Toe River Rd (NFSR 472), Curtis Creek Rd (NFSR 482), Stony Fork Rd (NFSR 63), and Big Ivy Rd (NFSR 74) within the Pisgah National Forest in North Carolina. The estimated project cost is between $100,000,000 and $150,000,000. Responses are due by April 21, 2026, at 2:00 PM EDT.
Scope of Work
The selected Design-Builder will be responsible for the entire project lifecycle, from initial scoping and site validation through final design and construction.
Design services include, but are not limited to: scoping, value engineering, site investigations, roadway realignments, hydraulics analysis (including aquatic organism passage - AOP), landslide/washout stabilization, embankment/slope mitigation, foundation design, bridge repair/replacement design, preparation of Plans, Specifications, and Estimates (PS&E), environmental documentation (NEPA), right-of-way acquisition, and stakeholder coordination.
Construction services include, but are not limited to: embankment reconstruction, excavation, concrete work, earth retaining systems, bridge replacement/repairs, culvert/drainage structure repair/replacement, riprap placement, roadway structural section repair/replacement, guardrail installation, road obliteration, creek restoration, traffic control, soil erosion/sedimentation control, and utility relocations.
Contract & Timeline
- Opportunity Type: Sources Sought (for a future Design-Build construction contract)
- Estimated Value: $100,000,000 to $150,000,000
- Anticipated Award: No earlier than June 2027
- Set-Aside: None specified
- NAICS Code: 237310 (Highway, Street and Bridge Construction, size standard $45 Million)
- Response Due: April 21, 2026, 2:00 PM EDT
- Published Date: March 24, 2026
Submission Requirements
Prime contractors interested in this opportunity must submit responses electronically to EFLHD.Contracts@dot.gov (Attn: Shirley Anderson) by the due date. Submissions are limited to 10 pages, single-spaced, 12pt font, with 1" margins. Required information includes:
- Intent to bid as a Prime Contractor.
- Full business name, address, POC, phone, email, website, UEI, and CAGE Code.
- Firm's size standard under NAICS 237310 and applicable business classifications.
- Bonding capability for a single project of $150,000,000 and aggregate capacity.
- Willingness to enter into a Project Labor Agreement (PLA) and related information.
- Experience with Contractor Quality Control Plans (CQCP).
- Experience with project documentation (shop drawings, submittals, as-builts).
- Experience managing multiple design/construction activities simultaneously.
- Experience with complex design packages (bridge replacement, landslide/washout, AOP) and NEPA documentation.
- Capability to perform on contracts larger than $100,000,000, with comparable project examples from the past five years.
Additional Notes
This is for information purposes only and is NOT a Request for Proposals, Quotations, or Bids. No solicitation is currently available. Do not submit marketing material, slide presentations, technical papers, or resumes.