Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

Z -- PBA Waterline Replacement

Notice Date
4/17/2025 12:51:37 PM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W076 ENDIST LITTLE ROCK LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S25RA003
 
Response Due
8/15/2025 12:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
Marcus D. Mitchell, Phone: 5013401253, Deborah Oswalt, Phone: 5013401268
 
E-Mail Address
marcus.d.mitchell@usace.army.mil, Deborah.Oswalt@usace.army.mil
(marcus.d.mitchell@usace.army.mil, Deborah.Oswalt@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE April 17, 2025 THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING. CONTRACTING OFFICER ADDRESS: 700 W Capitol Avenue, Little Rock, AR 72201 CONTRACT AWARD / SOLICITIATION NUMBER: W9127S25RA003 TITLE: Pine Bluff Waterline Replacement DESCRIPTION: US Army Corps of Engineers (USACE) � Little Rock District (CESWL) in support of the Pine Bluff Arsenal announces its intent solicit for The South Side Waterline System Replacement. The Product Service Code is ZINE (Maintenance of Water Supply Facilities) and NAICS Code of 237110 (Water and Sewer Line and Related Structures Construction), size standard of $45 million. The current PBA South Side Waterline system consists mostly of asbestos cement and cast-iron pipes which have been in service since 1942-1959, and it is beyond service life and unable to operate as designed. The system shall be upgraded and replaced including piping, valves, hydrants, and other appurtenances. The system currently serves an active installation with approximately 350,000 gallons per day through a distribution system, and as such the system will be kept operational to support the mission while the project is underway. When the new system is fully operational, the old system will be removed from service and abandoned in place. The new system is not to connect to any existing mains or laterals except at facility entrances and appurtenance connections. The new system should be capable of providing water at a pressure and quantity in accordance with the applicable codes for domestic demands and fire demands. The new system shall be designed to provide all existing fire pumps with adequate flow and pressure in accordance with the pumps� original design criteria. The South Side system consists of approximately 14,339 linear feet (LF) of 16� pipe, 3,934 LF of 12� pipe, 36,139 LF of 10� pipe, 100,240 LF of 8� pipe, 21,152 LF of 6� pipe, 1,591 LF of 4� pipe, 5,271 LF of 3� pipe, 32,032 LF of pipe less than 2�, 328 hydrants, 186 valves, and other appurtenances. The acquisition will be advertised as a Total Small Business Set-Aside. A two-phased source selection process will be used to evaluate the Offerors for award. Awardees will be selected based on demonstrated technical competence and qualifications. A selection process will be used in accordance with FAR Part 15, Best Value trade-off Evaluation. The Government will evaluate performance capability in accordance with criteria described in the solicitation documents. The Government will post the solicitation and all subsequent amendments to the Government- Wide Point of Entry (GPE) System of Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) Web Site http://www.sam.gov and www.piee.eb.mil. The offeror is solely responsible to obtain this solicitation and any subsequent amendments through these websites. Offerors are encouraged to visit the websites and become familiar with content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to register for systems access and to receive posting notifications. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database and the Procurement Integrated Enterprise Environment Solicitation Module (PIEE). Offerors must have a NIST Score recorded in PIEE to be eligible for award (https://piee.eb.mil/, to access SPRS/NIST Score ). To obtain information on Central Contracting Registration (CCR), Online Representation and Certifications Application (ORCA), & Excluded Parties List System (EPLS) and/or how to register, visit the following web site: https://www.sam.gov. CONTACT POINT: Marcus Mitchell: marcus.d.mitchell@usace.army.mil or Deborah Oswalt: Deborah.D.Oswalt@usace.army.mil Estimated solicitation issue date is on or about May 2, 2025. Proposals are anticipated to be due on or about August 15, 2025. The proximity date of award is anticipated around of September 29, 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0bd3e6c1563d49ca863d46b76ead876b/view)
 
Place of Performance
Address: Pine Bluff, AR 71601, USA
Zip Code: 71601
Country: USA
 
Record
SN07412670-F 20250419/250417230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.