Town of Hebron Water Main Replacement, Hebron, Porter 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.
Under this Solicitation Notice, the United States Army Corps of Engineers - Chicago District issues Solicitation No. W912P624B0009 for bidding purposes. Therefore, provided hereunder is the relevant bid package for its construction project entitled, Town of Hebron Water Main Replacement, Hebron, Porter County, Indiana (USACE Acquisition). PROJECT INFORMATION: The work includes installing approximately 2,900 linear feet of new 8-inch PVC watermain by open-cut excavation and approximately 900 linear feet of horizontally directional drilled 8-inch PVC. Work w ill also include approximately 900 linear feet of 6-inch PVC watermain installed by open cut; installation of residential services, valves, and associated asphalt and paving restoration. Option No. 1 includes approximately 4,100 LF of 6-inch PVC watermain by open-cut excavations and approximately and 170 linear feet of horizontally directional drilled 6-inch PVC with installation of residential services, valves, and associated asphalt and paving restoration. 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 $45.0 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?) is 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. Responses to this Solicitation (Invitation for Bids) are due by 2:00 p.m. (Central Time) on July 26, 2024. 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 Ericka Hillard at (312) 846-5378, or via email: ericka.d.hillard@usace.army.mil. ** Please include Solicitation Number W912P624B0009 on all correspondence. **