Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2025 SAM #8626
SPECIAL NOTICE

Y -- Industry Day for DRSAA Environmental Infrastructure Water Improvements

Notice Date
7/7/2025 2:36:02 AM
 
Notice Type
Special Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P525M0005
 
Response Due
7/22/2025 12:00:00 PM
 
Archive Date
07/25/2025
 
Point of Contact
Diana Namara, Phone: 6157365603, Dellaria Martin, Phone: 6157367986
 
E-Mail Address
diana.l.namara@usace.army.mil, dellaria.l.martin@usace.army.mil
(diana.l.namara@usace.army.mil, dellaria.l.martin@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DRSAA Environmental Infrastructure Water Improvements Industry Day The U.S. Army Corps of Engineers Nashville District (CELRN) is hosting an Industry Engagement Day, on Wenesday, July 30, 2025 from 9:00 AM to 12:00 PM ET at the Weaverville Town Hall, Weaverville, NC 28787. Attendees will meet in the Community Room no later than 9 AM. A presentation will be provided which will include general timeline of future solicitations, how to contract with the U.S. Army Corps of Engineers and a general overview of the projects. An opportunity for a gudied site visit will also be provided. Place of Performance/Industry Day Location: Weaverville Town Hall, 30 South Main Street, Weaverville, NC 28787 See Registration Form attached to include in your response. During Industry Day we will discuss the following upcoming contracting opportunities: NAME SCOPE Construction Magnitude Weaverville, NC Waterline replacement and new waterline $5M - $10M Robbinsville, NA New waterline and waterline replacement $1M - $5M Smith County Waterline replacement $1M - $5M Canton, NC TBD - Water, wastewater and stormwater $10 - $25M Responses shall include the following information and shall not exceed a total of ten (10) pages: 1. Please provide business information in the following format: a. Business Name b. Points of Contact (Names/Phone Numbers/Email Addresses) c. Address d. Business Size and Category (Large/Small/8(A)/etc.) in relation to the NAICS code e. CAGE and/or UEI Code f. Indication of the intent to be a prime contractor or subcontractor 2. Past Performance Information that documents the respondents experience performing projects similar to required work comparable for this MATOC. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address), identify/discuss the acquisition method (e.g sealed bid, best value), contract type (e.g. Firm Fixed Price), and delivery method (e.g. Design-Bid-Build, Design-Build, etc). In the discussion of acquisition method, identify the advantages/disadvantages (from the contractor�s and the owner�s perspective) of the contract type/acquisition approach used for the representative project. 3. Address the firm�s plan to include small business participation to the maximum extent practicable. 4. Does the firm have concerns regarding waterline, sewer line, or stormwater replacements or extensions being completed as Design Build instead of Design Bid Build? If so, please explain. 5. Does the firm have concerns regarding other environmental infrastructure projects to include water tank, wastewater storage tanks, water plant upgrades, or wastewater plant upgrades being completed as Design Build instead of Design Bid Build? If so, please explain. 6. What is the firm�s interest in this Environmental Infrastructure Design Build MATOC? Does the firms interest change if it was Design Bid Build? 7. How would the firm plan to handle design of these Environmental Infrastructure projects (in house, sub-contractor AE, etc)? 8. Does the firm have interest in the North Carolina and Tennessee (Smith County) projects?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4b5b24450a2a4bbeb3cd02de90fbb02c/view)
 
Place of Performance
Address: Weaverville, NC, USA
Country: USA
 
Record
SN07499792-F 20250709/250707230044 (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.