SOURCES SOUGHT
Y -- Natchez Trace Parkway Project MS NP NATR 3N19, 3H28, Etc.
- Notice Date
- 9/11/2025 6:49:06 AM
- 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-0002
- Response Due
- 10/21/2025 11:00:00 AM
- Archive Date
- 01/21/2026
- Point of Contact
- C. Shawn Long, Shirley A. Anderson
- E-Mail Address
-
EFLHD.Contracts@dot.gov, EFLHD.Contracts@dot.gov
(EFLHD.Contracts@dot.gov, EFLHD.Contracts@dot.gov)
- Description
- Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-26-SS-0002 Natchez Trace Parkway Project MS NP NATR 3N19, 3H28, Etc. SUBMITTAL INFORMATION ISSUE DATE: September 11, 2025 DUE DATE FOR RESPONSES: October 21, 2025, 2:00 PM EST SUBMIT RESPONSES TO: Mr. C. Shawn Long 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 construction project involving the reconstruction / rehabilitation of the Natchez Trace Parkway from milepost (MP) 121 to MP 204 including ramps, various access roads, and parking/pull-off areas. The project consists of asphalt pavement roadway reconstruction/rehabilitation, cold-in-place recycling asphalt, milling, asphalt overlay, improving safety with options for raised profile striping and safety edge, and other miscellaneous work. The project is located in Attala, Choctaw Leake, Madison, & Webster Counties, Mississippi. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a design-bid-build contract no earlier than June 2026. The cost of the entire project is expected to fall within the price range of $50,000,000 to $60,000,000. QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. C. Shawn Long) no later than 2:00PM (EST) on October 21, 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 $50 Million to $60 Million, and your firm�s aggregate bonding capacity. 7. Are you willing to enter into and submit a Project Labor Agreement (PLA) prior to any potential contract award if your firm is determined to be the apparent successful offeror? Please explain in detail. 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. 8. 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 in detail. 9. Please provide any information about availability of relevant unions, unionized and non-unionized contractors in the project area. 10. Is there any other information you would like the government to consider regarding a Project Labor Agreement (PLA) for this specific construction project? 11. Describe your firm�s ability to perform at least 50% of the cost of contract performance effort with its own workforce. 12. Does your firm have experience within the past 5 years in performing a contract of this magnitude and complexity including asphalt pavement roadway pavement rehabilitation / reconstruction, cold-in-place recycling asphalt, milling, asphalt overlay, safety edge, raised profile and pavement marking and comparable work? Provide at least one example including 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 7 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-0002 for Project MS NP NATR 3N19, 3H28, Etc.� in the subject line of your email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/edd93b3f76ed415695d5bcbce3b375c2/view)
- Place of Performance
- Address: MS, USA
- Country: USA
- Country: USA
- Record
- SN07588001-F 20250913/250911230054 (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 |