CITY OF CROWN POINT SANITARY SEWER IMPROVEMENTS - SECTION 219, CROWN POINT, LAKE COUNTY, INDIANA (USACE ACQUISITION)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This Pre-Solicitation Notice is being issued by the United States Army Corps of Engineers - Chicago District to inform interested/potential contractors of the District's imminent issue of an Invitation for Bid Package for its construction project entitled, "City of Crown Point Sanitary Sewer Improvements – Section 219, Crown Point, Lake County, Indiana (USACE Acquisition)."
PROJECT INFORMATION: Under the contract, the contractor will be required to installation of the following rehabilitation work components for the combined sewers: 700 feet of 8-inch Cured-In-Place-Pipe Liner (CIPP), 400 feet of 10-inch CIPP, 6500 feet of 12-inch CIPP, and up to 40 manholes to be rehabilitated as w ell as installation of a 36” flow meter and 48” sanitary doghouse manhole (up to 9’ complete). Manholes and sewer segments would be rehabilitated to include cementitious lining amongst other component work, while the sewer segments would receive cured-in-place pipe lining (CIPP), and/or point repairs.
CONTRACTING OFFICE: USACE Chicago District, 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604
ACQUISITION INFORMATION: Competition for this acquisition is RESERVED EXCLUSIVELY for Small Business Concerns. The North American Industry System Classification Code is 237110, with a small business size standard in dollars of $39.5 Million. The magnitude of cost for construction is estimated between $1,000,000.00 and $5,000,000.00.
The Solicitation (Invitation for Bids –“IFB”) will be downloadable from the INTERNET ONLY. The project specification files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Once the package is released into advertisement at this website ("Federal Business Opportunities"), interested bidders may download the full package, includes: specification and drawings files. The Solicitation package is planned for advertisement on or about July 2, 2020, with bids due on or about August 3, 2020.
IN THE CASE OF A DISCREPANCY BETWEEN THE DATES PUBLISHED IN THIS NOTICE AND THOSE CALLED OUT IN THE IFB DOCUMENT, THE DATES IN THE IFB DOCUMENT OVERRIDES THOSE PUBLISHED HEREIN THIS NOTICE; THIS IS RELATIVE TO THE IFB ISSUANCE DATE AND THE DUE DATE FOR BIDS.
IMPORTANT POLICY: Bidders are REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements. Registration can be completed free of charge at www.sam.gov.
Request for solicitation packages made by telephone, fax or e-mail will not be honored. The Point of Contact for this acquisition is Ms. Ericka Hillard at (312) 846-5378, or via email: ericka.d.hillard@usace.army.mil.
** Please include Solicitation Number W912P620B0010 on all correspondence. **