OLD HICKORY - SEWER SYSTEM REPLACEMENT AND BACKFLOW PREVENTER ASSEMBLY REPLACEMENT
ID: W912P525BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Old Hickory Sewer System Replacement and Backflow Preventer Assembly Replacement project, with an estimated contract value between $1,000,000 and $5,000,000. This procurement aims to replace sewer lines, construct lift stations, and demolish existing systems, emphasizing the need for qualified small businesses under NAICS code 237110. The project is critical for modernizing infrastructure and ensuring compliance with federal regulations, including environmental and cybersecurity standards. Interested contractors must submit their bids electronically through the Procurement Integrated Enterprise Environment (PIEE) and are encouraged to attend a scheduled site visit to familiarize themselves with project conditions. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or 615-736-7464, or Samantha Bautch at samantha.d.bautch@usace.army.mil or 615-736-2020.

    Files
    Title
    Posted
    The Nashville District Corps of Engineers has established requirements for non-U.S. citizens, including permanent residents, who work on contracts or task orders. These individuals must be approved by the HQUSACE Foreign Disclosure Officer at least 30 days prior to starting work. Access to project sites is prohibited until approval is granted. Required information includes the individual’s full name, date of birth, citizenship, passport and visa details, work to be performed, project location, duration of access, job title, payment method, and primary company contact information. Non-U.S. citizens must verify their legal admission into the U.S. and possess appropriate visas unless they are part of the Visa Waiver Program. Additionally, those residing in the U.S. for at least three years need a favorable background investigation as per HSPD-12. Contacts for the Nashville District Security Office are provided for any further inquiries. This process ensures national security and compliance with federal regulations for all personnel working on government projects.
    The document outlines the Request for Proposals (RFP) for the Old Hickory Sewer System Replacement and Backflow Preventer Assembly Replacement Project. This federal solicitation seeks bids for construction services, with a total project estimate between $1,000,000 and $5,000,000. The work includes replacing sewer lines, constructing lift stations, and demolishing existing systems, with specific tasks and qualifications listed in detail. Contractors must submit bids electronically through the Procurement Integrated Enterprise Environment (PIEE), adhering to stringent bonding and insurance requirements. The procurement is set aside for small businesses under NAICS code 237110. An organized site visit is scheduled to ensure bidders understand project conditions. Proposals will be evaluated based on pricing, responsiveness, and business responsibility, emphasizing compliance with various federal regulations including those related to environmental considerations and cybersecurity. Key details include submission timelines, necessary documentation for bids, and the evaluation process, which favors the lowest priced responsive bidder. This RFP exemplifies the government’s strategy to modernize infrastructure while prioritizing qualified small enterprises capable of meeting specified project requirements.
    The Nashville District Corps of Engineers has issued a Security Access Form for U.S. citizens, which is mandatory for contractors and subcontractors seeking access to specific project sites. This document outlines the requirements for employee identification, including the need for verification of U.S. citizenship, especially for those born outside the United States. Completion of the form is essential for scheduling visits and conducting background checks to ensure eligibility for access to U.S. Army Corps facilities. The form requires personal information such as name, date of birth, Social Security number, and the purpose of site access. Additionally, it notes that providing requested information is voluntary, but omission may lead to denied access. Contact details for personnel security specialists are provided for further inquiries. This initiative highlights the importance of security protocols in federal projects and the careful vetting necessary for contractors involved in government contracts and grants.
    Similar Opportunities
    Sources Sought - Old Hickory Toe Drain Rehabilitation Project - Hendersonville, TN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified contractors for the Old Hickory Toe Drain Rehabilitation Project located in Hendersonville, TN. The project involves the construction of non-building facilities, aimed at rehabilitating the toe drain to ensure effective water management and structural integrity. This initiative is crucial for maintaining the functionality and safety of the surrounding infrastructure. Interested parties can reach out to Robert Allman at robert.t.allman@usace.army.mil or Samantha Bautch at samantha.d.bautch@usace.army.mil for further details regarding this sources sought notice.
    VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the project titled "VGLZ 182038 REPAIR SANITARY SEWER SYSTEM BASE WIDE." This project entails the mobilization and demobilization of labor, equipment, and materials to replace approximately 11,164 linear feet of sanitary sewer lines, repair and replace manholes, and manage the abandonment of certain sewer segments in a former residential area. The work will utilize various methods, including open cut, pipe bursting, and horizontal directional drilling, highlighting the importance of effective sewer infrastructure maintenance. Interested small businesses are encouraged to reach out to the primary contact, Steven Stocking, at steven.stocking.2@us.af.mil or 586-239-4881, or the secondary contact, Anna Randall, at anna.randall.1@us.af.mil or 586-239-5526, for further details regarding this total small business set-aside opportunity.
    Sewer Treatment Plant Replacement at Berlin Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is soliciting bids for the replacement of the Sewer Treatment Plant at Berlin Lake. This project falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The construction of waste treatment and storage facilities is critical for maintaining environmental standards and ensuring effective waste management in the area. Interested contractors can reach out to Aaron Barr at aaron.m.barr@usace.army.mil or by phone at 412-395-7157, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details regarding the solicitation process.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. This project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, with a focus on maintaining operational integrity during repairs and adhering to strict safety and environmental regulations. The work is essential for ensuring the reliability of infrastructure and operational systems, with a performance period of 120 days commencing 14 days after the Notice to Proceed. Interested small businesses must submit sealed bids by 10:00 AM on February 21, 2025, with an estimated project cost between $100,000 and $250,000. For further inquiries, contact Kelly Duggins at Kelly.S.Duggins@usace.army.mil or call 502-315-6013.
    Solicitation W912P525RA001 Chickamauga Lock Replacement Approach Wall and Decommissioning
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction project titled "Chickamauga Lock Replacement Approach Wall and Decommissioning" located in Chattanooga, Tennessee. This project involves the replacement of approach walls and the decommissioning of the existing lock, with an estimated contract value ranging from $250 million to $500 million, classified under NAICS code 237990 for heavy and civil engineering construction. The procurement emphasizes the importance of safety management, technical approach, and small business participation, with proposals due by April 7, 2025. Interested contractors should contact Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil for further details.
    B1846 Drain Lines Replacement
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is seeking contractors for the B1846 Drain Lines Replacement project. This procurement involves the replacement of drain lines, which is critical for maintaining the functionality and safety of the facilities under the Navy's jurisdiction. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized as an 8(a) set-aside, encouraging participation from small disadvantaged businesses. Interested contractors can reach out to Kyle Rogers at kyle.p.rogers2.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil for further details, with the expectation of a competitive bidding process.
    City of Paden City – Proposed Sanitary Sewer Improvements Phase II
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is soliciting proposals for the City of Paden City’s Proposed Sanitary Sewer Improvements Phase II project. This procurement aims to enhance the sanitary sewer infrastructure, which is crucial for maintaining public health and environmental standards in the region. The project falls under the NAICS code 237110, focusing on water and sewer line construction, and is set aside for small businesses, promoting local economic growth. Interested contractors can reach out to Mario Dizdarevic at mario.dizdarevic@usace.army.mil or by phone at 502-315-7421, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details.
    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.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Cannelton Fixed Weir Repair project located at Cannelton Locks and Dam in Indiana. This opportunity is aimed at contractors with Indefinite Delivery Indefinite Quantity Contracts to provide construction services, with a cost range estimated between $250,000 and $500,000. The project is critical for maintaining infrastructure within the Great Lakes and Ohio River Division, ensuring the functionality and safety of the locks and dam system. Interested vendors must be registered in the SAM database and are encouraged to submit their price proposals, with inquiries directed to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
    INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract aimed at various small construction projects in Illinois and Indiana. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. The awarded contracts will facilitate essential construction services that support infrastructure development and maintenance in the region. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378, or contact Samantha Stiles at samantha.l.stiles@usace.army.mil or 304-399-5705 for further details.