South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC)
ID: 693C73-26-R-000007Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for the South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC) to provide highway, street, and bridge construction services. This procurement aims to award up to four Indefinite Delivery Indefinite Quantity (IDIQ) contracts, exclusively to small business concerns, with a combined maximum value of $60 million, covering various construction tasks including design and design-build services across North Carolina, South Carolina, Georgia, and Florida. The initial seed project involves pavement preservation and bridge rehabilitation in Georgia and Alabama, with an estimated cost between $2.5 million and $3.5 million, and proposals are expected to be submitted electronically by the specified deadline following the issuance of the Request for Proposal documents around November 17, 2025. Interested parties can direct inquiries to C. Shawn Long or David Bogner at EFLHD.Contracts@dot.gov, and must ensure active registration in the System for Award Management (SAM) to participate.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment No. 0001 to Request for Proposal No: 693C73-26-R-000007, for the South-Atlantic Region Construction MATOC, provides crucial clarifications to interested offerors. The amendment primarily addresses questions regarding Factor 1: Prime Contractor Recent and Relevant Experience. Key clarifications include: contractors will not be rated less favorably for submitting fewer than eight projects, provided submitted projects meet elements; subcontractor experience can be used if the offeror was the prime contractor overseeing the subcontractor's work; not all twelve elements are required for a
    The Utility Status Report (EFL-FM-UTL-01(08)) for the NP SER PMS FY25(1) project, dated August 28, 2025, details existing utilities within project limits at two National Historic Sites: Tuskegee Institute (TUIN) and Ocmulgee Mounds (OCMU). At TUIN, an overhead power line exists. At OCMU, underground water, sewer, electric, and fiber optic lines are present across different locations. The report indicates that no utilities are proposed for relocation. Instead, Section 632 of the SCR (Special Contract Requirements) is to be included to ensure contractors protect and avoid these existing lines during construction, as the project's nature (Pavement Preservation) anticipates no direct impact. No ground survey or utility one call was made; utility information is based on the Design Survey Report (DSR). The report emphasizes contractor responsibility for safeguarding utilities, with all relocation remarks listed as N/A.
    This memorandum outlines pavement preservation recommendations for various National Parks, including Ocmulgee Mounds National Historic Park, Tuskegee Airmen National Historic Site, Tuskegee Institute National Historic Site, Selma to Montgomery Trail Campsite 2, Little River Canyon National Preserve, and Russel Cave National Monument. The recommendations are based on field assessments, Road Inventory Program (RIP) data, and the Pavement Management System (PMS). While most routes will benefit from preservation, about 30% require more intensive treatments due to poor conditions, such as chip seals followed by a thin asphalt concrete overlay. Recommended strategies include AC overlays and Stress Absorbing Membrane Interlayers (SAMI), along with repairs like full-depth patching and crack sealing/filling. The report also provides approximate quantities for patching and crack sealing for each park, emphasizing pre-treatment repairs and adherence to FP-24 Specifications.
    The routine inspection report for Dry Creek Bridge (Structure No. 5660-001P) at Russell Cave National Monument, conducted on April 24, 2024, by the Federal Highway Administration, identifies the bridge as having a moderate priority for improvement. Constructed in 1962, the concrete bridge carries the Park Entrance Road over Dry Creek in Jackson County, Alabama. The inspection recommends various maintenance and rehabilitation actions to prevent serious deficiencies. Key recommendations include removing vegetation, repairing concrete spalls, cleaning and coating exposed rebar, and regrading riprap to restore flow capacity. The report also suggests considering replacing the bridge railing with a system meeting current safety standards. The bridge's load ratings are provided, and its scour critical status is noted as having countermeasures installed. The report includes a detailed inventory, appraisal data, and photographic documentation of identified deficiencies such as cracks, exposed rebar, delamination, and water leakage.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at Ocmulgee Mounds National Historical Park in Georgia, conducted in November 2021. This assessment, utilizing automated vehicles and manual ratings, is crucial for the National Park Service's (NPS) pavement management system, aiding in prioritizing maintenance and rehabilitation projects. The report outlines the program's history, from its inception in the mid-1970s to its current Cycle 6, which covers all paved roads and parking areas in NPS units. It provides a comprehensive inventory of park routes and parking areas, including functional classifications, surface types, and detailed condition ratings. The parkwide summary indicates that 48.20% of roads are in excellent condition, 23.33% good, 14.37% fair, and 14.10% poor. For parking areas, 34.73% are excellent, 58.26% good, and 7.01% poor. The document also explains the methodology for determining condition ratings and the significance of the Pavement Condition Rating (PCR) in identifying maintenance needs, ranging from spot repairs for excellent pavements to heavy rehabilitation or reconstruction for poor ones.
    The Federal Highway Administration’s (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at the Tuskegee Airmen National Historic Site in Alabama, completed in May 2019. The RIP, established in 1976, inventories and inspects all paved routes in the National Park System using automated and manual ratings. This data supports the Pavement Management System (PMS) to prioritize maintenance and rehabilitation. Cycle 6 (2014-2020) involves collecting data from all paved roads and parking areas in all parks, with additional collections for primary routes in large parks. The report outlines methodologies for determining condition ratings, including surface distresses (alligator, longitudinal, transverse cracking, patching/potholes, rutting) and roughness, which contribute to the Pavement Condition Rating (PCR). Pavements are categorized as Excellent (PCR 95-100), Good (85-94), Fair (61-84), or Poor (0-60), guiding preventive maintenance, light rehabilitation, heavy rehabilitation, or reconstruction efforts. The Tuskegee Airmen National Historic Site had no DCV or manually rated roads, but parking areas (Routes 0901, 0902, 0904) were assessed. This document serves as a critical tool for infrastructure management within the National Park Service.
    The Federal Highway Administration’s (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at Tuskegee Institute National Historic Site in Alabama, conducted in May 2019. This program, established in 1976, systematically inventories and inspects paved assets within the National Park System (NPS) to prioritize maintenance and rehabilitation projects using the Highway Pavement Management Application (HPMA). Cycle 6, running from 2014 to 2020, involves collecting data from all paved roads and parking areas in all parks, with additional collections for primary routes in larger parks. The report also outlines the pavement condition rating (PCR) system, which categorizes pavement into excellent, good, fair, and poor based on distress types like cracking, rutting, and roughness, guiding appropriate treatment recommendations such as preventive maintenance, light rehabilitation, heavy rehabilitation, or reconstruction. The document emphasizes the importance of accurate data collection and analysis for effective pavement management and infrastructure needs quantification within the National Park System.
    The Federal Highway Administration's (FHWA) Road Inventory Program (RIP) report details the Cycle 6 condition assessment of paved roads and parking areas at Little River Canyon National Preserve as of June 2020. This assessment, conducted using automated and manual ratings, feeds into the Highway Pavement Management Application (HPMA) to prioritize maintenance and rehabilitation projects within the National Park System. The report outlines the program's history, from its establishment in 1976 to updates mandated by acts like TEA-21 and MAP-21, ensuring a comprehensive inventory and management system for transportation facilities. It includes detailed route inventories, condition summaries, location maps, and explanations of the rating methodologies (Pavement Condition Rating - PCR) and recommended treatments based on condition categories (Excellent, Good, Fair, Poor). The data focuses on asphalt and concrete surfaces, identifying distresses to guide future preservation efforts.
    The Road Inventory Program (RIP) of the Federal Highway Administration (FHWA) and National Park Service (NPS) conducts condition assessments of paved roads and parking areas within the National Park System. The Cycle 6 report for Russell Cave National Monument, dated July 2021, details the condition of its paved assets using automated and manual ratings. This data supports the Pavement Management System (PMS) to prioritize maintenance and rehabilitation projects. The report includes a park route inventory, condition summaries for roads and parking areas, location maps, and detailed rating sheets. It also outlines the methodology for determining condition ratings (Pavement Condition Rating or PCR) based on surface distresses and roughness, along with explanations of condition descriptions (Excellent, Good, Fair, Poor) and recommended pavement treatment types.
    The Past Performance Evaluation Questionnaire is a critical tool for assessing contractor performance in government contracting, likely within the context of federal, state, and local RFPs and grants. It gathers comprehensive feedback on a firm's project execution, management, and adherence to various project parameters. Key areas of evaluation include thoroughness of site investigations, project management and schedule adherence, cost control, cooperativeness, responsiveness, and quality assurance/control. The questionnaire also probes into the contractor's role as prime or subcontractor, management of subcontractors, problem-solving capabilities, and claims history. Ultimately, it seeks an overall ranking of the firm's performance and a recommendation for future work, providing essential insights for agencies to make informed decisions about contractor selection.
    This document outlines minimum wage schedules for federal highway construction projects in specific counties across Georgia and Alabama, effective January 3, 2025. It details prevailing wage rates for various trades like Carpenters, Laborers, and Operators, along with fringe benefits. The schedules clarify the application of Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or extended on or after specific dates in 2022 and 2015, respectively, noting that EO 14026 enforcement is currently suspended in Texas, Louisiana, and Mississippi. It also mentions Executive Order 13706, requiring paid sick leave for federal contractors. The document provides a detailed appeals process for wage determinations and explains various rate identifiers (Union, Union Average, Survey, State Adopted) used in wage schedules.
    Standard Form 24 (SF 24) is a federal bid bond form used when a bid guaranty is required for government contracts, including construction, supplies, or services. It outlines the obligations of the principal (bidder) and surety(ies) to the United States Government. The bond ensures that if the principal's bid is accepted, they will execute the necessary contractual documents and provide required bonds within specified timeframes (60 days for acceptance, 10 days for document execution). Failure to do so obligates the principal to compensate the government for any increased costs in procuring the work. The form details how penal sums can be expressed, how multiple corporate sureties allocate liability, and the requirements for individual sureties. It also addresses extensions of bid acceptance time, waiving notice to sureties for extensions up to 60 additional days. Instructions cover proper completion, including signatory authority, corporate seals, and the use of the Department of the Treasury's approved sureties list.
    The Federal Contractor Veterans’ Employment Report (VETS-4212) is a mandatory annual filing for nonexempt federal contractors and subcontractors with contracts of $150,000 or more. This report, due by September 30th, requires organizations to detail their workforce by job category and hiring location, specifically reporting the number of protected veterans employed and newly hired. Employers must also provide the maximum and minimum number of employees during the reporting period. The preferred filing method is electronic via the VETS web-based system, though paper and electronic data file submissions are also accepted. Multi-establishment employers have specific filing requirements based on the number of hiring locations. The report collects company identification, NAICS, DUNS, and EIN information, and requires data on protected veterans across various job categories. Definitions for terms like 'employee,' 'hiring location,' 'job categories,' and 'protected veteran' (including active duty wartime, Armed Forces service medal, disabled, and recently separated veterans) are provided. Contractors must retain copies of the report for three years. The estimated public reporting burden is 20 minutes for electronic and 40 minutes for paper filings.
    The document is a Statement of Work for Seed Project No. NP SER PMS FY25(1), an RFP seeking proposals from certified Small Business Concerns. The project involves pavement preservation of roads and parking areas at six small parks in Georgia and Alabama, along with repairing Dry Creek Bridge at RUCA. Work includes asphalt overlay, milling, crack sealing, patching, concrete repair, and pavement markings. The project will be split into multiple work schedules/contract options, with an estimated cost between $2,500,000 and $3,500,000. The performance period is 200 calendar days after the Notice to Proceed.
    This government file outlines the proposal schedule instructions for Project NP SER PMS FY25(1), which involves pavement preservation and bridge repair across six small parks in Georgia and Alabama. The project is divided into a Base Task Order (Schedule A) and eight Government Options (Schedules B-I), allowing flexibility in funding and execution. Offerors must complete the proposal schedule with unit bid prices and total amounts for each pay item to be eligible for award. The evaluation criteria prioritize the lowest total price across all schedules. The document also details the performance periods for various award scenarios, with the entire project (Schedules A-I) requiring 200 calendar days, while Schedule A alone is 35 days, and individual options range from 10 to 20 days if exercised separately. Work limitations and weather-sensitive items are considered in the scheduling.
    The Federal Highway Administration's Special Contract Requirements for Project NP SER PMS FY25(1) outlines amendments and supplements to standard construction specifications for federal highway projects across six National Park Service sites. Key revisions include new definitions for contract terms, specific load restrictions for hauling on National Park Service roads, and detailed procedures for weather-related time extensions. The document introduces a Fuel Price Adjustment Provision for eligible pay items, outlines electronic invoice submission requirements, and details protocols for construction surveys, contractor sampling, and testing. It also specifies requirements for construction schedules, public traffic control, soil erosion, and sediment control. Enhanced stipulations for temporary traffic control, Government field office facilities, and material specifications for asphalt, sealants, and pavement markings are included to ensure project quality, safety, and compliance with federal regulations.
    The Federal Highway Administration's Eastern Federal Lands Highway Division is undertaking a pavement preservation project across multiple National Park Service sites in Alabama and Georgia. The project, titled "Pavement Preservation of Roads and Parking Areas at Six Small Parks in GA and AL and Repairing Dry Creek Bridge at RUCA," involves a total of 15.37 miles of road and parking area improvements, and repair of the Dry Creek Bridge. Work includes asphalt concrete pavement overlay, stress-absorbing membrane interlayer, milling, crack sealing, patching, expansion joint repair, concrete crack repair, and pavement markings. The project emphasizes strict adherence to environmental regulations, including erosion and sediment control measures and hazardous waste management. Specific sites include Ocmulgee Mounds National Historical Park, Tuskegee Airmen National Historic Site, Tuskegee Institute National Historic Site, Selma to Montgomery National Historic Trail, Little River Canyon National Preserve, and Russell Cave National Monument. The project outlines detailed plans for traffic control, construction sequences, and material specifications.
    The NP SER PMS FY25(1) project, managed by Ramesh Kotadia of the Eastern Federal Lands Highway Division (EFLHD), requires careful permit tracking. While the Georgia Department of Transportation (GDOT) confirmed no permit or Traffic Impact Report (TIR) is needed for state routes, a Non-Environmental Right of Entry Permit is mandatory from Norfolk Southern Railroad & RailPro's. The application for this railroad permit is underway, awaiting fund approval and release, with a required fee of $1600. The processing time for the Norfolk Southern permit is estimated at 4-6 weeks. All permit conditions must be strictly followed, and any modifications to the project scope may necessitate permit revisions.
    The Eastern Federal Lands Highway Division's NEPA Categorical Exclusion Form for Project NP SER PMS FY25(1) details pavement preservation efforts at six National Parks in Georgia and Alabama. The project involves placing a thin lift and Stress Absorbing Membrane Interlayer on asphalt surfaces, preceded by crack sealing, patching, and taper milling. All pavement markings will be replaced. Locations include various roads and parking areas within Ocmulgee Mounds National Historical Park, Tuskegee Airmen National Historic Site, Tuskegee Institute National Historic Site, Selma to Montgomery National Historic Trail, Little River Canyon National Preserve, and Russell Cave National Monument. The project is categorically excluded from further NEPA analysis, with determinations of 'No Effect' on endangered species and 'No Adverse Effect' on historic properties. An environmental checklist confirms compliance with relevant acts and orders, including consistency with Executive Order 11990 (Protection of Wetlands) and 11988 (Floodplain Management). A railroad permit is anticipated for Ocmulgee Mounds National Historical Park due to a temporary at-grade crossing requirement.
    The U.S. Department of Transportation, Federal Highway Administration, is seeking proposals for a Multiple Award Task Order Contract (MATOC) for highway and bridge construction services in the South-Atlantic Region (North Carolina, South Carolina, Georgia, and Florida). This Request for Proposal (RFP) aims to award up to four Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, each for a five-year period, with a combined maximum value of $60,000,000. Each MATOC contract will have a minimum guarantee of $50,000. The work will involve various construction services, potentially including design and design-build. Proposals must be submitted electronically and include a completed SF1442, Authority to Sign, technical and price proposals, and proof of SAM registration. Task orders will range from $50,000 to $3 million, primarily awarded through competition among MATOC holders. The solicitation emphasizes compliance with Federal Acquisition Regulations (FAR), specific construction standards (FP-14, FP-24), and proper handling of bid and performance bonds.
    The Federal Highway Administration, Eastern Federal Lands Highway Division, is seeking up to four small business concerns for Multiple Award Task Order Contracts (MATOC) for highway, street, and bridge construction services, potentially including design or design-build services, within the South-Atlantic Region. The MATOC has a shared ceiling of $60,000,000, with individual task orders ranging from $50,000 to $3,000,000. A seed project in Bibb County, Georgia, and Macon, Lowndes, DeKalb, and Jackson Counties, Alabama, focuses on pavement preservation and Dry Creek Bridge rehabilitation, estimated between $2,500,000 and $3,500,000. RFP documents are expected around October 30, 2025, and will be available on www.sam.gov. Prospective contractors must be registered in SAM and complete annual representations and certifications online, including Form VETS-4212.
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Small Business Construction MATOC
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    ID BOUNDARY 5806(3)B, Riverside Road Improvements B
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Riverside Road Improvements B project (ID BOUNDARY 5806(3)B) located in Boundary County, Idaho. This project, which is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC), involves significant road improvements over a span of 1.62 miles, including grading, drainage, and asphalt paving, with an estimated contract value between $5 million and $10 million. The procurement is exclusively open to pre-selected prime contractors under the MATOC, and all proposals must adhere to federal specifications and be submitted electronically by the specified deadline. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further inquiries.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Sign and Safety Repairs - Metro, North, and South Regions
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the "Sign and Safety Repairs - Metro, North, and South Regions" project in Puerto Rico. This project aims to repair signs, guardrails, and other infrastructure damaged by Hurricanes Irma and Maria across 18 municipalities, with an estimated total cost between $15 million and $25 million. The work includes various tasks such as traffic sign assembly, guardrail installation, and cultural resource protection, emphasizing the importance of restoring critical transportation infrastructure. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around November 17, 2025. For further inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.