Search Contract Opportunities

Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorando and Toa Baja, Puerto Rico.

ID: W51DQV25RA013 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Army Corps of Engineers, Caribbean District, intends to issue a Request for Proposal (RFP) solicitation for construction services for the Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorando and Toa Baja, Puerto Rico.
General Scope: The Rio de la Plata Flood Control Project is a multiple contract effort to protect communities of the municipalities of Toa Baja and Dorado from frequent flooding of the river. Supplemental Contract 1 work includes the construction of four (4) major features: East Levee, West Levee, Channel widening with slope and scour protection, and four culvert structures (3A, 6A, 7 and 11); and several minor features to manage interior and exterior drainage such as culverts and drainage swales. This work also includes, but is not limited to, clearing and grubbing, temporary construction crossings material disposal areas, temporary traffic controls, demolition of abandoned structures, protection of cultural resource areas, surface and ground water control, utility relocations, and all incidental related work. All work impacting public roads, restricting public traffic, and related to utility relocations shall comply with Puerto Rico Highway and Transportation Authority (PRHTA) Standard Specifications.

At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.
An organized site visit is planned for this solicitation. The site-visit information will be provided with the official solicitation under FAR Clause 52.236-27 Site Visit (Construction).
If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable.
At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly.
In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $250,000,000 and $500,000,000.00.
This solicitation will be issued as an RFP and evaluated in accordance with FAR 15.1, based on Best Value Trade-Off. The RFP will result in the award of a single firm fixed price (FFP) construction contract.
The estimated performance period for completion of construction is 1,619 calendar days from Notice to Proceed (NTP).

Bonding Requirements: Performance and Payment Bonds are required within 10 calendar days after award and the contractor shall begin work within 10 calendar days after receipt of the Notice to Proceed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount listed under FAR Clause 52.211-12 Liquidated Damages--Construction for each calendar day of delay until the work is completed or accepted.

The solicitation will be available on or about October 16, 2025, and proposals will be due on or about January 13, 2026. The solicitation, including any amendments, shall establish the official opening and closing dates and times.
Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 15 and award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government.
The North American Industry Classification System (NAICS) Code for this project is 237990, with a size standard of $45,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above.
This solicitation is being issued as Unrestricted. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer.
The solicitation will be issued in electronic format only and will be posted on the System for Award Management (SAM) website located at SAM.GOV. In order to receive notification of any amendments to the forthcoming solicitation, interested vendors must register as an interested vendor on the SAM website cited above. If you are not registered, the Government is not responsible for providing you with notification of any changes to the solicitation. Additional, be advised that your firm must be registered in SAM in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.

Overview

Response Deadline
Oct. 16, 2025, 5:00 p.m. EDT Due in 42 Days
Posted
Aug. 26, 2025, 3:50 p.m. EDT
Set Aside
None
Place of Performance
Toa Baja, PR 00951 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $100,000,000 (AI estimate)
Odds of Award
64%
On 8/26/25 Department of the Army issued Presolicitation W51DQV25RA013 for Rio Del La Plata Flood Control Project, Supplemental Contract 1, Dorando and Toa Baja, Puerto Rico. due 10/16/25. The opportunity was issued full & open with NAICS 237990 and PSC Y1KB.
Primary Contact
Name
Jaclyn Yocum   Profile
Phone
(787) 200-2398

Secondary Contact

Name
Meranda Booth   Profile
Phone
(502) 315-6600

Documents

Posted documents for Presolicitation W51DQV25RA013

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Presolicitation W51DQV25RA013

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W51DQV25RA013

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W51DQV25RA013

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > W2SR TF VIPR
FPDS Organization Code
2100-W51DQV
Source Organization Code
500187834
Last Updated
Aug. 26, 2025
Last Updated By
jaclyn.c.yocum@usace.army.mil
Archive Date
Oct. 31, 2025