Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2026 SAM #8872
SOURCES SOUGHT

C -- Sources Sought Announcement for Construction Inspection Services

Notice Date
3/10/2026 1:16:29 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
 
ZIP Code
20147
 
Solicitation Number
693C73-26-SS-0007
 
Response Due
3/31/2026 11:00:00 AM
 
Archive Date
06/30/2026
 
Point of Contact
Helson Roman-Soto, C. Shawn Long
 
E-Mail Address
EFLHD.AE@dot.gov, EFLHD.AE@dot.gov
(EFLHD.AE@dot.gov, EFLHD.AE@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this announcement is to determine the availability and capability of qualified SMALL BUSINESSES for potential Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for providing Construction Inspection and related engineering and professional services under NAICS 541330 - Engineering Services. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one or more Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for the provision of Construction Inspection services and related technical support services on behalf of Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), the U.S. Forest Service (USFS), the U.S. Fish and Wildlife Service (FWS), the U.S. Army Corps of Engineers (USACE), the Bureau of Land Management (BLM), etc. for properties under FLMA management and administration that are LOCATED IN ALL FIFTY (50) UNITED STATES AND U.S. TERRITORIES. The anticipated services include Construction Inspection and other engineering and professional services for the administration, oversight, and support of construction contracts performed by Eastern Federal Lands (EFL) on behalf of Federal Land Management Agencies (FLMA). Work may include inspection and documentation of highway and bridge construction activities, monitoring contractor compliance with plans, specifications, and contract requirements, review of contractor submittals, materials inspection coordination, safety and environmental compliance monitoring, progress documentation, schedule monitoring, and other related construction inspection and contract administration services as required. Construction projects supported under these contracts may include highway and roadway construction and rehabilitation, pavement rehabilitation, bridge repair or replacement, drainage improvements, erosion and sediment control measures, traffic control, signage installation, safety improvements, and other transportation related infrastructure improvements. The resulting contract(s) are anticipated to include one base year with four one-year options and a six-month option extension with a maximum not-to-exceed amount of $60 million over this five-year period. The number of IDIQ contracts to be awarded is undetermined at this time, and any contract award will be made no earlier than April 2027. All work will be done under the supervision of a Licensed Professional Engineer. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.AE@dot.gov (Attn: Helson Roman ) no later than 2:00PM (EST) on March 31, 2026.: A positive statement of your intention to submit an offer in response to the solicitation as a Prime Contractor when it is issued. Provide your full business name, address, point of contact, phone number, e-mail address, and web site (if any). If a member of a joint venture (JV), include relevant information from both members of the JV. Provide your Unique Entity ID (UEI) and Commercial and Government Entity (CAGE) Code. If a member of a joint-venture (JV) or mentor prot�g� agreement with the SBA, please provide information on both members. Identify your firm�s size standard under NAICS 541330 � Engineering Services ($25.5 Million). All firms shall be certified and registered under NAICS code 541330 in the System for Award Management (SAM) located at https://www.sam.gov at the time an offer is submitted in response to any solicitation. Identify all applicable classifications for your firm such as: large business; small business; woman-owned small business; 8(a) small business; small-disadvantaged business; HUBZone small business; service-disabled veteran-owned small business; etc. This information must be provided to determine whether the ""Rule of 2"" has been met for any socio-economic category for set-aside purposes. Please note that the size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. If a member of a joint venture (JV), include relevant information from both members of the JV. Describe your firm�s ability to perform at least 50% of the cost of contract performance effort with its own workforce as a small business prime contractor per FAR Clause 52.219-14 Limitations on Subcontracting. Does your firm have experience within the past 5 years in performing a contract of this magnitude and complexity consisting of Construction Inspection services for highway, bridge, or transportation infrastructure projects? Provide examples including a brief description of the project(s), customer name(s), timelines of performance, project location(s), customer satisfaction, and dollar value of the project(s). Clearly describe the role of your firm on each example project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO NO MORE THAN 10 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. Page margins no smaller than 1� and page size shall be no greater than 8.5� x 11.� Submissions shall be provided in electronic format readable and searchable by Adobe Acrobat or Microsoft Word. Do NOT submit resumes, marketing material, slide presentations, or technical papers. Please reference �Sources Sought Announcement No. 693C73-26-SS-0007� Construction Inspection Services IDIQ� in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d6abb9f0bfe9416ca983319ec7e1aff1/view)
 
Place of Performance
Address: Ashburn, USA
Country: USA
 
Record
SN07740724-F 20260312/260310230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.