Williams Street Detention Structure, Mouse Creek Cleveland, Tennessee

SOL #: W912P525BA005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W072 ENDIST NASHVILLE
NASHVILLE, TN, 37203-1070, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 15, 2025
2
Last Updated
Jul 15, 2025
3
Submission Deadline
Jun 20, 2025, 5:00 PM

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.

PURPOSE: The U.S. Army Corps of Engineers (USACE), Nashville District (LRN), is issuing an Invitation for Bid (IFB) for a firm fixed-price (FFP) construction contract for the Williams Street Detention Structure, Mouse Creek in Cleveland, TN.

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% Small Business

Delivery Date: 190 Calendar Days from the Notice to Proceed (NTP).

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.

Specifications and Drawings: Specifications and Drawings will be provided as a separate files and will be available on https://sam.gov. See the complete drawings and specification package located at https://sam.gov.

The Specifications and Drawings are part of the solicitation/contract and shall be considered in the respect (see Defense Federal Regulation Supplement (DFARS) 252.236-7001, Contract Drawings and Specifications).

 

Pre-Bid Site Visit: The pre-bid site visit has been scheduled for Thursday, 22 May 2025 at 12:00 – 1:00 PM Eastern Time (ET), at Williams Street Detention Structure.

2350 Williams Street NE
Cleveland, TN 37311

The site visit request forms are attached.

There will only be one site visit. Offerors should inspect the job site prior to submitting an offer. Offerors should take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve offerors from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representation concerning conditions made by any of it officers, agents or employees, unless included in the solicitation, the specifications or related documents. 

REGISTRATION: Only registered persons will be permitted to attend the pre-bid site visit. In addition to the information below, please also provide your firm’s name, firm’s CAGE and/or Unique Entity Identifier (IEU), and name and position title of primary point-of-contact and their telephone number and email address. Please provide this information via email to Kenyanna Jennings at Kenyanna.L.Jennings@usace.army.mil and Dellaria Martin at Dellaria.L.Martin@usace.army.mil. Contractors and/or potential contractors wishing to attend a pre-bid meeting held at or in LRN restricted/controlled areas shall submit a Nashville District (LRN) Security Access Form to the Contracting Specialist five (5) days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation. The Contract Specialist will notify the Contractor if the request is approval or denied. Any Prebid meeting which will cover anything other than public domain information shall be limited to US Citizens, except under unique circumstances. The Security Access Form and guidance is available at https://www.lrn.usace.army.mil/Business-With-Us/Contracting.

U.S. Citizens: The Offeror shall submit a Nashville District Corps of Engineers U.S. Citizen Security Request Form to the LRN Point of Contact, Contract Specialist Kenyanna Jennings via email (Kenyanna.l.Jennings@usace.army.mil) no later than five calendar days prior to the site visit. If submitting the document in less than five days, the Offeror may not receive approval for participation. The LRN POC will notify the individual(s) if the request is approved or denied. The Security Access Form and guidance is available as a pdf attachment of Sam.gov with this pre-solicitation and is titled U.S. Citizen Security Request Forms.  

Foreign Nationals (FNs): All non-U.S. Citizens, including permanent residents wishing to attend the site visit must be approved in advance. FNs wishing to attend a site visit shall submit a completed Nashville District Corps of Engineers Foreign National Security Request Form and legible color copies of two 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 Point of Contact, Contract Specialist Kenyanna Jennings, who will forward the documents to the LRN-SM mailbox (dll-celmsm@usace.army.mil) for approval. These documents must be submitted no less than five (5) days prior to the site visit. FN requests require approval at the Headquarters U.S. Army Corps of Engineers (HQUSACE) level. The form is available as a pdf attachment on sam.gov with this solicitation and is titled Foreign National Security Request Form.

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: 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.

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”.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
View
View
View
View

Versions

Version 11
Solicitation
Posted: Jul 15, 2025
View
Version 10
Solicitation
Posted: Jul 8, 2025
View
Version 9
Solicitation
Posted: Jun 30, 2025
View
Version 8
Solicitation
Posted: Jun 25, 2025
View
Version 7
Solicitation
Posted: Jun 25, 2025
View
Version 6
Solicitation
Posted: Jun 23, 2025
View
Version 5
Solicitation
Posted: Jun 16, 2025
View
Version 4
Solicitation
Posted: Jun 16, 2025
View
Version 3
Solicitation
Posted: Jun 13, 2025
View
Version 2Viewing
Solicitation
Posted: May 15, 2025
Version 1
Solicitation
Posted: May 15, 2025
View
Williams Street Detention Structure, Mouse Creek Cleveland, Tennessee | GovScope