Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2025 SAM #8754
SOURCES SOUGHT

99 -- Fort Hunter Liggett (FHL) - Modernize Potable Water Transmission and Storage Infrastructure

Notice Date
11/12/2025 8:11:34 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-25-PWT-FHL
 
Response Due
11/28/2025 12:00:00 PM
 
Archive Date
12/13/2025
 
Point of Contact
Adam Brooks
 
E-Mail Address
adam.m.brooks@usace.army.mil
(adam.m.brooks@usace.army.mil)
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business and you are interested in this project please respond appropriately. Project Location: Fort Hunter Liggett, CA Project Description: This is a Design Build project to Modernize the Fort Hunter Liggett (FHL) Potable Water Transmission and Storage Infrastructure by: 1) Installation of a new dedicated 5.25 mile 20-inch transmission line of high-density polyethylene (HDPE) from potable water well field parallel to the existing failing 12-inch pipeline. The new transmission line will be installed adjacent to the gravel road, with required separation to prevent accidental damage to the existing potable water main during construction and future repairs. The new HDPE transmission line will provide increased resiliency via increased flow and pressure criteria as well as fusion welded joints that are inherently restrained from thrust forces that can cause pipe joints to separate. 2) Installation of two new Storage Tanks (2.06 Mgal total capacity) along a ridge above FHL at an elevation of 1,250 ft (with provisions for future expansion). The new Storage Tank site design is based on the recommendations per the Jacobs Engineering Design Analysis Report (May 30, 2024). The new Storage Tanks will modernize the existing 1.2 Mgal to provide the required volume to meet current National Fire Protection Association (NFPA) and California Fire Suppression standards of 2.0 Mgal. 3) Construction of a 4,500 ft access road to access the new Storage Tank site. The 35% design recommended by the Geotechnical Engineer recommends the Storage Tank site's access road grade not exceed 10% to avoid issues with vehicle traction in wet weather. This site constraint is reflected in the cost estimate. 4) Upgrades to existing antiquated Potable Water Source Well facilities including ancillary equipment and building repairs including: chemical feed equipment, HVAC, life safety, security, SCADA-controls, and backup power systems. Contract duration is estimated at 540 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 237110. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Small Business contractors should respond to this survey via email by Monday, November 10, 2025 by 3:00 PM Eastern Standard Time. Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity Identifier (UEI). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Provide descriptions on up to three (3) projects completed by you as the prime contractor or if the offeror is a Small Business, they can provide Past Performance of affiliates in accordance with DFARS 215.305(a)(2)(C). To be relevant, the projects submitted should be greater than 90% construction complete or completed within the last five (5) years and are similar to this project in scope and complexity. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Projects similar in Scope to this project include: Replacement of existing self-contained water supply systems to include water transmission lines, water tanks, upgrades/replacement to existing pumps, wells, ancillary facilities and access roads. Projects similar in size to this project include: Projects with a minimum of 4 miles of 18-inch or larger potable water transmission line and a storage tank of at least 1.5 Mgal capacity. Based on definitions above, for each project submitted include: Current percentage of construction complete and the date when it was or will be completed. Size of the project (include lineal footage of waterline replaced, tank sizes and building sizes at a minimum) Scope of the project The dollar value of the construction contract The percentage of work that was self-performed. Whether the project was design build or design/bid/build Identify the number of subcontractors by construction trade utilized for each project Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/WMxJ4gi0Lf or via the QR Code provided in the attachments on this SAM.gov posting. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1ef743917d9e4751951864d91bcefa9f/view)
 
Place of Performance
Address: Jolon, CA, USA
Country: USA
 
Record
SN07640380-F 20251114/251112230043 (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.