Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2025 SAM #8689
SOURCES SOUGHT

Y -- Natchez Trace Parkway Project NP NATR 5570-028P - Design-Build Construction Project - Replacement of the John Coffee Memorial Bridge

Notice Date
9/8/2025 3:43:37 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
 
ZIP Code
20147
 
Solicitation Number
693C73-26-SS-0001
 
Response Due
10/7/2025 11:00:00 AM
 
Archive Date
01/07/2026
 
Point of Contact
Shirley A. Anderson, C. Shawn Long
 
E-Mail Address
EFLHD.contracts@dot.gov, EFLHD.contracts@dot.gov
(EFLHD.contracts@dot.gov, EFLHD.contracts@dot.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-26-SS-0001 Natchez Trace Parkway Project No.: NP NATR 5570-028P SUBMITTAL INFORMATION ISSUE DATE: September 8, 2025 DUE DATE FOR RESPONSES: October 7, 2025, 2:00 PM EST SUBMIT RESPONSES TO: Ms. Shirley Anderson at eflhd.contracts@dot.gov SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT. Synopsis: 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 sources for a proposed design-build construction project for the replacement of the John Coffee Memorial Bridge over the Tennessee River of the Natchez Trace Parkway Project NP NATR 5570-028P. The project includes the removal of the existing 4,955-foot-long John Coffee Memorial Bridge and construction of a new bridge, construction of new approach roadways, drainage improvement, improve safety with options for raised profile striping and safety edge, and other miscellaneous work. The project is located in Lauderdale and Colbert Counties, Alabama. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a design-build contract no earlier than September 2026. The cost of the entire project expected to fall within the price range of $500,000,000 to $600,000,000. QUALIFIED PRIME CONTRACTORS shall answer the following questions and submit the following requested information, as applicable, by e-mail to EFLHD.Contracts@dot.gov (Attn: Ms. Shirley Anderson) no later than 2:00PM (EST) on October 7, 2025: 1. A positive statement of your intention to submit an offer in response to the solicitation as a Prime Contractor when it is issued. 2. Provide your full business name, address, point of contact, phone number, e-mail address, and website (if any). If a member of a joint venture (JV), include relevant information from both members of the JV. 3. Provide your Unique Entity ID and Commercial and Government Entity (CAGE) Code; if a member of a mentor-prot�g� agreement with the SBA, please provide information on both members. 4. Identify your firm�s size standard under NAICS code 237310; Highway, Street and Bridge Construction ($45 Million). All firms shall be certified and registered under the NAICS code 237310 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. 5. 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. 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. 6. Please provide a letter from your bonding agent stating your firm�s capability to bond for a single contract in the amount of $500 Million to $600 Million, and your firm�s aggregate bonding capacity. 7. Are you willing to enter into and submit a Project Labor Agreement prior to any potential contract award if your firm is determined to be the apparent successful offeror? Please explain. The Project Labor Agreement (PLA) must meet the requirements of Executive Order 14063 and the policies and procedures of FAR Subpart 22.5 � Use of Project Labor Agreements for Federal Construction Projects: When awarding large scale construction projects (>$35 million), federal agencies shall require the use of project labor agreements for contractors and subcontractors engaged in construction on the project unless an exception at FAR Part 22.504(d) applies as determined by the agency�s Senior Procurement Executive. The government considers this project to be specialized construction. Do you believe the project can only be completed by a limited pool of contractors or subcontractors? Please explain. Please provide any information about availability of relevant unions, unionized and non-unionized contractors in the project area. Is there any other information you would like the government to consider regarding a Project Labor Agreement (PLA) for this solicitation? 8. Describe your firm�s ability to perform at least 50% of the cost of contract performance effort with its own workforce. 9. Does your firm have experience within the past 5 years in performing a contract of this magnitude, complexity, and comparable work? Provide at least one example including a detailed description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV including construction of new vertical and horizontal alignment for a new bridge. 10. Does your firm have experience within the past 5 years in constructing precast post-tensioned multi-span box girder bridges? Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 11. Does your firm have experience within the past 5 years in placing Latex Modified Concrete (LMC) or Polyester Polymer Concrete (PPC) overlays on concrete bridge decks? Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 12. Does your firm have experience within the past 5 years in constructing multi-span bridges over sensitive areas, such as bodies of water, using containment systems to protect the water bodies against contamination from construction debris, sediment, and discharges of oil and other fluids from the work zone? Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project. If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. 13. Describe your firm�s experience in coordinating with multiple federal, state, and local agencies for the successful completion of a construction project performed within the past 5 years. Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of 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 5 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.� Submission 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-0001 for Project NP NATR 5570-028P"" in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0f7cb5190f04ab2bcd2edbf1e83ef0c/view)
 
Place of Performance
Address: AL, USA
Country: USA
 
Record
SN07582483-F 20250910/250908230047 (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!  © 1994-2024, Loren Data Corp.