SOURCES SOUGHT
Y -- Clarksburg Sanitary Board � West Fork Co-Op Arlington Sewer Extension
- Notice Date
- 12/9/2025 5:45:48 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
- W911WN26B1AZ6
- 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 West Fork Sewer Extension at City of Clarksburg in Clarksburg, Harrison County, WV. Clarksburg Sanitary Board � West Fork Co-Op Arlington Sewer Extension Clarksburg, Harrison County, West Virginia The U.S. Army Corps of Engineers, Pittsburgh District, is carrying out a project with the Clarksburg Sanitary Board to extend sewer service to the communities in the West Fork Co-Op. The first community to receive a gravity sewer extension is Arlington. The major features of the Project generally involves the following: a. Construction of new conventional gravity sewer system to the residents of Arlington. b. Construction of two (2) grinder pump stations and forcemains. c. Construction of an access road to the proposed Arlington Lift Station which will be constructed in a separate contract. d. Construction of a new forcemain between the Arlington Lift Station and Clarksburg�s existing gravity sewer system, which will be constructed in a separate contract. The work will be performed within WVDOH ROW, easements on private property, and property owned by the City of Clarksburg. Project physical construction is proposed to take place in the period between April 2026 and April 2027 to allow the Contractor to perform all necessary work. Construction waste material will be disposed of at an appropriate 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/96bfd6be94dc4c35800a9f3755511dad/view)
- Place of Performance
- Address: WV 26301, USA
- Zip Code: 26301
- Country: USA
- Zip Code: 26301
- Record
- SN07661405-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 |