Rio de La Plata Flood Control Project, North Coast Super-Aqueduct Relocation Project in Dorado and Toa Baja, Puerto Rico
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, Caribbean District is conducting market research for a Sources Sought notice regarding the Rio de La Plata Flood Control Project, North Coast Super-Aqueduct (NCSA) Relocation Project in Dorado and Toa Baja, Puerto Rico. This effort aims to identify capable contractors for an Indefinite Delivery Contract (IDC) to relocate a critical 72-inch diameter prestressed concrete cylinder pipe (PCCP) waterline. Responses will help determine the procurement method for this project, which is fully funded for an FY27 award. Responses are due by May 07, 2025.
Scope of Work
The project involves the relocation of approximately 1,000 feet of the NCSA waterline, which provides potable water to over 190,000 clients. Key tasks include:
- Channel improvements north of Highway PR-22.
- Installation of a 72-inch welded steel pipe (WSP) using a parallel steel sheet pile system.
- Installation of temporary bypass pipes (steel and high-density polyethylene).
- Significant coordination with the Puerto Rico Aqueduct and Sewer Authority (PRASA).
- The Prime Contractor must either perform all wet tapping activities or ensure a first-tier subcontractor with at least 15 years of experience in similar wet tapping requirements performs it.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 237110, Water and Sewer Line and Related Structures Construction
- Small Business Size Standard: $45 Million
- Order of Magnitude: Between $25,000,000.00 and $100,000,000.00
- Funding: 100% federal funding for an FY27 award
- Period of Performance: Approximately 560 calendar days after Notice to Proceed (NTP)
- Published Date: April 08, 2026
- Response Due: May 07, 2025, by 12:00 PM AST
Submission & Evaluation
Responses are limited to 15 pages and must be submitted via the Procurement Integrated Enterprise Environment (PIEE) portal. Hardcopy or facsimile submissions will not be accepted. Submissions should include firm details (name, address, POC, website, CAGE Code, UEI, company size), interest in the solicitation, and demonstrated capability to perform similar work. At least three project examples within the past 10 years, specifically emphasizing potable water pipeline construction/intervention, bypass pipes, wet tapping, and braced steel sheet pile cofferdams, are required. Business category, including small business classifications, must be stated. If subcontracting is anticipated, details on arrangements are required. Responses will be evaluated to determine the acquisition strategy; respondents will not be notified of evaluation results.
Eligibility & Notes
This market research is open to a broad range of businesses, including Small Disadvantage Business, Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business, HUBZone Small Business, Small Business concern, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, and Other than Small Business Community. This is for market research purposes only and does not constitute a solicitation. No reimbursement will be provided for response costs. Prior government contract work is not required. Registration in the System for Award Management (SAM) is mandatory for any future contract award.