Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2025 SAM #8781
SOURCES SOUGHT

Y -- Town of Cairo � Water System Improvements Project

Notice Date
12/9/2025 5:50:52 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W072 ENDIST PITTSBURGH PITTSBURGH PA 15222-4198 USA
 
ZIP Code
15222-4198
 
Solicitation Number
W911WN26B1AZ5
 
Response Due
12/23/2025 7:00:00 AM
 
Archive Date
01/07/2026
 
Point of Contact
Aaron Barr, Phone: 4123957157, Leanna Lesefka, Phone: 4123957549
 
E-Mail Address
aaron.m.barr@usace.army.mil, leanna.c.lesefka@usace.army.mil
(aaron.m.barr@usace.army.mil, leanna.c.lesefka@usace.army.mil)
 
Description
USACE Pittsburgh District (LRP) requests the response of all capable contractors interested in furnishing all labor, equipment, devices, and materials to perform all work necessary to perform Water System Improvements at Town of Cairo in Cairo, Ritchie County, WV. The U.S. Army Corps of Engineers, Pittsburgh District, is carrying out a project to upgrade the water distribution system in the Town of Cairo by installing new water lines, replacing water service meter setting, rehabilitation an existing pressure reducing valve station, installing a new pressure reducing valve station, and cleaning, inspecting, and rehabilitation and existing water storage tank. The major features of the Project generally involves the following: In-Town Water Line Replacement Service Line and Meter Setting Replacement Silver Run Water Line Replacement & Extension High Street � Smith Hill Interconnection & Pressure Reducing Valve Installation Valve Replacements Fire Hydrant Replacement Leak Detection Meter Installation Pressure Reducing Valve Rehabilitation Tank Cleaning, Inspection, and Rehabilitation The work is to be performed on existing utility easements or easements that have been obtained for the project. Project physical construction is proposed to take place in the period between April 2026 and September 2026. This would allow the Contractor to perform all necessary work. Disposal of construction waste material will be disposed of at a landfill. Note: This is not a solicitation. This is a Sources Sought Notice (SSN) for planning purposes only. The information obtained from responses to this SSN may be used in the development of an acquisition strategy and future solicitation. No contract will be awarded based on the SSN nor any reimbursement made for information submitted. If this effort is set aside, FAR clause 52.219-14(e)(4), Limitations on Subcontracting, will apply. The contractor agrees that it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded. The solicitation will be conducted under NAICS code 237110 - Water and Sewer Line and Related Structures Construction with an associated small business size standard of $45,000,000.00 average annual revenue. The Magnitude of Construction is Between $1,000,000 and $5,000,000. The anticipated period of performance is 365 calendar days from Notice to Proceed. No set-aside determination has been made at this time. The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications. The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards. The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work. RESPONSE PROCEDURE To assist with planning, the GOV requests interested contractors submit the following by 10:00AM ET, 23 December 2025: (1) A positive statement of intent to submit a bid or proposal for this solicitation as a prime contractor. Include a description of how the 75 percent subcontracting requirement would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for. (2) A capability statement. This must include: relevant construction experience, addressing projects of similar size, scope and complexity trades involved percent of work self-performed vs. in-house (3) Indicate your firm�s bonding capacity. (4) Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.). All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, 8(a), HUBZone, WOSB, EDWOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Aaron Barr, Contract Specialist, at aaron.m.barr@usace.army.mil , and copy Leanna Lesefka, Contracting Officer, at leanna.c.lesefka@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5bfef24b67d54fbdbd8becbcc489cf59/view)
 
Place of Performance
Address: Cairo, WV 26337, USA
Zip Code: 26337
Country: USA
 
Record
SN07661404-F 20251211/251209230047 (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.