Opportunity
SAM #W51DQV26Z1BHA
Patillas Dam Seismic Retrofit Construction Services Sought by USACE Caribbean District
Buyer
W2SR TF ViPR
Posted
March 30, 2026
Respond By
April 14, 2026
Identifier
W51DQV26Z1BHA
NAICS
237990, 238910
This opportunity seeks qualified firms for the Patillas Dam Seismic Retrofit project in Patillas, Puerto Rico, managed by the U.S. Army Corps of Engineers (USACE), Caribbean District. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Caribbean District (SAA) - Contracting office: 383 Franklin D Roosevelt Avenue, San Juan, PR 00918-0000 - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Construction services for seismic retrofit of Patillas Dam - Site mobilization, clearing, and grubbing - Demolition of hydro powerhouse and tunnel liner - Replacement of low level outlet tunnel liner - Modifications to irrigation canal forebay - Embankment improvements (toe drain, seepage filter, shell placement, crest leveling) - Grading, seeding, and slope protection - Installation of dam safety monitoring instrumentation - As-built survey, drawings, specifications, and project closeout documentation - Unique or Notable Requirements: - Firms must demonstrate experience with comparable heavy/civil construction projects - Capability to provide bonding information and specify business category (including small/disadvantaged businesses) - Indicate self-performance percentages - Estimated contract value: $250 million to $500 million - No specific products, part numbers, or OEMs are identified; only construction services are requested
Description
SOURCES SOUGHT SYNOPSIS Patillas Dam Seismic Retrofit Patillas, Puerto Rico
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS, AND DRAWINGS ARE NOT AVAILABLE.
The U.S. Army Corps of Engineers (USACE), Caribbean District (SAA), is issuing this Sources Sought Synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements for Patillas Dam Seismic Retrofit in Patillas, Puerto Rico. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code for this proposed acquisition is 237990 - Other Heavy and Civil Engineering Construction. The small business size standard for NAICS is US $45 million.
THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. Submission of any information in response to this market survey is purely voluntary; no reimbursement will be made for any cost associated with providing information in response to this Sources Sought.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Construction Services Community to include Small Disadvantaged Business such as firms participating in the Service-Disabled Veteran-Owned Small Business (SDVOSB); Veteran-Owned Small Business, HUBZone Small Business, Small Business concern, Woman-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business and Other than Small Business Community (Unrestricted). The Government must ensure there is adequate competition among the potential pool of responsible contractors.
The purpose of the proposed Patillas Dam Seismic Retrofit project is to reduce the probability of seismic-induced embankment deformations that could result in a dam breach with an uncontrolled release of the reservoir causing downstream flooding. The scope for Construction Services includes:
• Site Mobilization • Site clearing and grubbing • Demolition of hydro powerhouse • Low level outlet (LLO) tunnel liner demolition • Low level outlet tunnel liner replacement • Irrigation canal forebay modifications • Downstream embankment toe drain, seepage filter, and shell placement • Embankment crest leveling • Final grading, seeding, and slope protection • Installation of dam safety monitoring instrumentation • Final as-built survey • Site demobilization • As-built drawings and specifications • Project closeout documentation
The magnitude of this action is in the range of $250 to 500 million.
Firm’s response to this synopsis shall be limited to ten (10) pages and shall include the following information:
1. Firm’s name, address, main point of contact (POC) telephone number, POC email address, firm’s website if any, CAGE Code and Unique Entity Identifier (UEI).
2. Firm’s interest in proposal/bidding on the solicitation when it is issued. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
3. Firm’s capability to perform a contract of this magnitude and complexity, including at least three project examples of the firm’s capability to execute comparable work performed within the past 15 years. This should be tailored specifically to the scope of Construction Services described above and demonstrate experience completing approximately 75% of those bulleted tasks, and must comprise a brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.
4. Firm’s business category, other than small (large), and if a Small Business, specify if your company is any of the following: Small Business, Small Disadvantaged Business including firms in the 8(a) Business Development Program, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business, HUBZone Small Business, Small Business concern, Women-Owned Small Business, or Economically Disadvantaged Women-Owned Small Business.
5. If significant subcontracting or teaming is anticipated to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable – existing and potential.
6. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
All responses to this Sources Sought notice/market research will be evaluated and used in determining acquisition strategy.
IMPORTANT: Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the USACE SAA in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for solicited information. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or are submitted within the allotted time will not be considered. Email is the preferred method of submission to the Sources Sought. No hardcopy or facsimile submission will be accepted.
Submission Instructions: Interested firms who consider themselves qualified to perform the above-listed Construction Services are invited to submit a response to this Sources Sought no later than 1:00 PM (AST), 14 April 2026. All responses under this Sources Sought must be emailed to the attention of Angel.J.Martinez@usace.army.mil and Meranda.R.Booth@usace.army.mil.
Prior Government contract work is not required for submitting a response under this Sources Sought.
Note: You must be registered with the System for Award Management (SAM) to apply for a Government contract. To register, go to www.sam.gov.