Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOLICITATION NOTICE

Y -- Williams Street Detention Structure, Mouse Creek Cleveland, Tennessee

Notice Date
4/24/2025 6:50:14 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P525BA003
 
Response Due
5/15/2025 10:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Kenyanna Jennings, Phone: 6157367464, Dani Bautch, Phone: 6157362020
 
E-Mail Address
kenyanna.l.jennings@usace.army.mil, samantha.d.bautch@usace.army.mil
(kenyanna.l.jennings@usace.army.mil, samantha.d.bautch@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Nashville District (LRN), intends to issue an Invitation for Bid (IFB) solicitation for a firm fixed-price (FFP) construction contract for the Williams Street Detention Structure Project in Cleveland, TN. This is a Pre-solicitation Notice. This Notice is being issued for planning and information purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept bids as a result of this notice. POINT OF CONTACT: The Primary Contract Specialist for this solicitation is Kenyanna Jennings, Kenyanna.l.Jennings@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact. PROJECT DESCRIPTION: The purpose of this project is to provide flood risk management via a local detention structure near Williams Street in Cleveland, Bradley County, Tennessee. The Williams Street Detention Structure is an earthen filled structure that spans approximately 160 feet across Fillauer Branch Tributary 1. The structure has a 10 ft top width with a 3H:1V side slope on the upstream end and a 4H:1V side slope on the downstream end. The structure has a maximum fill height of 15 feet. The structures spillway spans approximately 70 feet and will be lined with articulated concrete block (ACB) acting as a weir with a 10 ft base width and three-foot depth. The remaining the downstream embankment will be lined with turf reinforced mat. The structure will have an 18 inch reinforce concrete pipe (RCP) culvert to pass low flow events. The site will be graded to direct flow to the RCP culvert. The anticipated period of performance for the contract is approximately 190 calendar days from the notice to proceed. This description is not intended to be all encompassing and is subject to change. No solicitation document exists at this time. The plans and specifications will be available with the solicitation announcement. The anticipated release date for the solicitation is on or around 21 January 2025. The solicitation will be posted to both Sam.gov and Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated price range is between $1,000,000 and $5,000,000. NAICS CODE AND SBA SIZE STANDARD: 237990 � Other Heavy and Civil Engineering Construction; $45,000,000 TYPE OF SET-ASIDE: 100% Total Small Business Set- Aside SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders are required to be registered in the System for Award Management (SAM) database (https://sam.gov) and Procurement Integrated Enterprise Environment (PIEE) at the time a bid is submitted in order to comply with the annual representations and certifications requirements. Registration for PIEE is required as this is the only place bids shall be submitted. ADDITIONAL INFORMATION: Information regarding USACE�s process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on �View FFP Contract Changes Playbook Here�. Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is, and will continue to be, the responsibility of all potential Bidders to monitor the SAM.gov website for any amendments, updates, responses to industry questions and answers, etc. The Government will not be maintaining a mailing list. INSTRUCTIONS FOR SUBMITTING ELECTRONIC BIDS: In an effort to reduce paperwork and cost, all bids shall be submitted electronically via the Solicitation Module of PIEE suite, as described below. Submissions shall be in Adobe PDF format. Electronic Bid Submissions is required through the Army�s Electronic File Sharing Service in PIEE (https://piee.eb.mil/). The PIEE Application is used to send large files to individuals that would normally be too large to send via email. Information regarding how to set up a vendor registration is included in this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml. On this page, click on the �Vendor User Registration� Doc and it will take you through the process of registering as a vendor. If you plan on submitting a bid, be sure to select �SOL-Solicitation� in the drop-down list and choose the �Proposal Manager� role to be given the proper permissions. Further training is available at the following links: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml - This link shows information regarding the Solicitation application in PIEE and the different roles available. https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml - This link is for Bidders regarding the Proposal Manager function and instruction on submitting a bid. PRE-BID SITE VISIT: TBD Offerors are urged and encouraged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of the contract performance (FAR 52.237-1, Site Visit). ** All participants are required to have personal protective equipment, i.e. hard hat, safety glasses, reflective vests, and steel-toed shoes before entering the project site. Attendees who do not have these items present at the site visit may not be able to participate in the visit. An approved site visit request form will be needed for each individual attendee. This will be the only Site Visit for this project. If you miss the scheduled event, no other arrangements will be made due to personnel and time restrictions. U.S. Citizens: To register for the Pre-Bid Site Visit, U.S. Citizens must fill out a U.S. Citizen Site Visit Request Form and submit to the Point-of-Contacts (POC) listed below no later than seven (7) calendar days prior to the site visit. Foreign Nationals (FNs): To register for the Site Visit, Foreign Nationals (FNs) shall submit a completed FN Site Visit Request Form and legible color copies of two (2) of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N 550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted thirty (30) calendar days prior to the Pre-Bid Meeting. Exceptions will be considered on a case-by-case basis but will be limited. Both the U.S. Citizen Site Visit Request Form and the FN Site Visit Request Form are provided on SAM.gov with this notice. Only two (2) persons from each business entity will be permitted to attend the In-Person Site Visit. Any persons without an approved U.S. Citizen Site Visit Request Form or FN Site Visit Request Form will be removed from both the Site Visit. Point-of-Contact: Please submit all site visit request forms to Kenyanna Jennings at Kenyanna.L.Jennings@usace.army.mil and Samantha (Dani) Bautch at Samantha.D.Bautch@usace.army.mil. When you send your U.S. Citizen Site Visit Request Form or FN Site Visit Request Form, please put �W912P525BA003 (Foreign National or U.S. Citizen) Request Form- (Your Company Name)� in the subject line of the email. Please edit the information in parenthesis to match the request form you submit and your company name.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91319d33b81e490c9d4c910b4a82d757/view)
 
Place of Performance
Address: South Mouse Creek Watershed, Tennessee River Basin, Cleveland, Bradley County, Tennessee., Cleveland, TN 37311, USA
Zip Code: 37311
Country: USA
 
Record
SN07420280-F 20250426/250424230047 (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.