CAHOKIA HEIGHTS SANITARY SEWER TRUNKLINE
ID: W912P924B0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST LOUISSAINT LOUIS, MO, 63103-2833, USA

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    Solicitation DEPT OF DEFENSE is seeking a firm for trenchless sewer rehabilitation of main sanitary sewer trunkline in East Saint Louis, IL. The service involves installing approximately 4,986 lineal feet of 24-inch diameter and 12,226 lineal feet of 30-inch diameter Cured-In-Place Pipe (CIPP) liner in the existing sewer trunkline. The project also includes dewatering, care of flow, cleaning & televising, reestablishment of service connections, restoration of disturbed surfaces, and other incidental work. The purpose of this service is to improve the flow of sewage in the City of Cahokia Heights. For more details, refer to the attached documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an outline of the City of Cahokia Heights' construction specifications and contract requirements for a sewer trunkline project. It includes information on procurement and contracting, general requirements, site work, and standards. The document also specifies the requirements for bidding, right-of-way, public utilities, damage to work, insurance, and safety.
    The document is a table of contents for a construction project specification. It outlines various measurements and payments for different tasks such as mobilization, traffic control, and installation of sewer liners. The document also states that payment for each task will be made at the contract unit price per linear foot.
    The project involves installing CIPP liner in existing sanitary sewers and includes dewatering, flow care, cleaning, and restoration of disturbed surfaces. Construction will be done according to standard specifications and local/state codes. The contractor is responsible for protecting existing services and repairing any damage.
    The DoD Checklist for Reviewing Subcontracting Plans (Sept 2019) provides a comprehensive list of elements that should be included in a subcontracting plan, including goals for subcontracting dollars, descriptions of supplies and services, assurances of compliance with small business requirements, and maintenance of records and reports. The checklist also specifies which elements are applicable to individual plans, commercial plans, or master plans.
    The document provides answers to various contractor questions regarding the Cahokia Heights Sanitary Sewer Trunkline project. The questions range from the availability of videos and flow data to the location of manholes and the material of existing pipes. The government confirms that there are no videos available, manholes will be located and uncovered, and the majority of existing pipes are believed to be concrete.
    The bid abstract for the Cahokia Heights Sanitary Sewer Trunkline construction project includes information about the bid due date, public bid opening, and amendments. It also provides a table with the description, quantity, unit price, and extended amount for each item being bid on. The two participating companies, Insituform Technologies USA, LLC and SAK Construction, LLC, have acknowledged the amendments and submitted their bids on time.
    The solicitation is for a construction project involving trenchless sewer rehabilitation in Cahokia Heights, Illinois. The work includes the installation of Cured-In-Place Pipe (CIPP) liner in the existing sanitary sewer trunkline, as well as dewatering, cleaning, and restoration of disturbed surfaces. The contractor is required to provide a bid guarantee of 20% of the bid price or $3,000,000, whichever is less.
    This document is an amendment to a solicitation/contract. The purpose of the amendment is to provide answers to contractor questions, update the CLIN schedule, and update a specific section of the specifications. No other changes have been made.
    The solicitation is for a construction project involving trenchless sewer rehabilitation in Cahokia Heights, Illinois. The work includes the installation of Cured-In-Place Pipe (CIPP) liner in existing sanitary sewer trunklines, as well as dewatering, cleaning, and restoration work. Bidders must provide a bid guarantee and comply with various labor and compliance requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Install a Sewer Service Line Bixby, OK
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking contractors to install a sewer service line in Bixby, Oklahoma. The project involves the installation of a 4-inch SDR 35 PVC sewer service line, adhering to local regulations and industry standards, with a focus on quality assurance and compliance with the City of Bixby’s construction codes. This initiative is part of the federal government's efforts to improve local infrastructure and public health through reliable sanitation services. Interested contractors, particularly those qualifying as Indian Economic Enterprises under the Buy Indian Act, must submit their proposals by March 21, 2025, and can contact Jeffrey Gilmore Earnest at jeffrey.earnest@ihs.gov or Deedra Carter at deedra.carter@ihs.gov for further information.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    WATER MAIN PIPE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of water main pipe for the Anniston Army Depot in Alabama. The requirement includes 2,000 feet of 8-inch diameter, DR 18 C900 pipe with a pressure rating of 235 psi, which is critical for military infrastructure applications. This procurement is fully set aside for small business concerns, emphasizing the importance of compliance with federal standards and regulations. Interested contractors must submit their proposals electronically by 10:00 AM on March 26, 2025, and can contact Sara B. Young at sara.b.young.civ@army.mil or 571-588-0975 for further information.
    Contractor shall furnish and install a sewer service line for K. McMillian #3279 in Moore, OK (Cleveland, Co.) in accordance with the statement of work and drawing provided.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified contractors to furnish and install a sewer service line for K. McMillian 3279 in Moore, Oklahoma. The project involves providing materials, including PVC piping, and adhering to specific construction schedules and regulatory requirements, with a total estimated cost of under $25,000. This procurement is crucial for maintaining public health infrastructure and ensuring compliance with local and federal standards. Interested small businesses must submit their quotes by March 17, 2025, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    DESIGN-BID-BUILD, WTP CLEARWELL REPAIR/REPLACEMENT, NAVAL STATION GREAT LAKES, GREAT LAKES, ILLINOIS
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the Design-Bid-Build project focused on the repair and replacement of the Water Treatment Plant (WTP) clearwell at Naval Station Great Lakes in Illinois. This project encompasses a range of construction activities, including hazardous material abatement, the construction of new concrete storage tanks, a pump station, and necessary piping systems, with a completion timeframe of 1,095 calendar days. The initiative is critical for maintaining and modernizing essential water treatment infrastructure that serves over 21,000 individuals, ensuring compliance with safety and environmental standards throughout the construction process. Interested contractors must submit their proposals by April 7, 2025, and can direct inquiries to Ashlee Beggs at Ashlee.beggs@navy.mil or Catharine Keeling at catharine.a.keeling@navy.mil for further information.
    Replace ruptured air release valve on the sewer force main
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is seeking contractors to replace a ruptured air release valve on the sewer force main. This procurement aims to ensure the proper functioning of the sewer system, which is critical for maintaining sanitation and operational readiness at naval facilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Z2JZ for repair or alteration of miscellaneous buildings. Interested contractors can reach out to Jocelynn Jacobson at jocelynn.l.jacobson.civ@us.navy.mil or by phone at 559-998-3844, or contact Antonio Harley at antonio.b.harley2.civ@us.navy.mil or 559-998-2086 for further details.
    A&E Design for Sewers and Ponds
    Buyer not available
    The Department of the Treasury's Bureau of the Fiscal Service is soliciting quotes for Architectural and Engineering (A&E) design services focused on the separation of combined sewers and the expansion of retention ponds at the Armed Forces Retirement Home (AFRH) in Washington, D.C. The project aims to enhance infrastructure and environmental management capabilities, ensuring compliance with federal regulations and addressing existing sewer systems and stormwater management. This initiative is critical for supporting the needs of retired military personnel and reflects the government's commitment to effective service delivery. Interested small businesses must submit their proposals electronically by March 14, 2025, at 10:00 AM ET, and can direct inquiries to Kaity Eaton or Greg Johnson at purchasing@fiscal.treasury.gov.
    Repair of Sodium Hypochlorite Storage Tanks
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
    Washington Aqueduct Water Mains and Valves Emergency Repair and Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking contractors for the emergency repair and replacement of water mains and valves associated with the Washington Aqueduct. This procurement aims to address critical infrastructure needs in water supply facilities, ensuring reliable service and compliance with safety standards. The project falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction, and is designated as an 8(a) Set-Aside, encouraging participation from small businesses. Interested parties should contact Ayanah Savage at ayanah.a.savage@usace.army.mil or 410-504-7839, or Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further details.