Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2026 SAM #8836
SOURCES SOUGHT

Y -- Midwest City Water Tower

Notice Date
2/2/2026 12:15:34 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV26SS003
 
Response Due
2/17/2026 12:00:00 PM
 
Archive Date
03/04/2026
 
Point of Contact
Tyler Godwin, Phone: 9186697281, Dario Rissone, Phone: 9186697109
 
E-Mail Address
tyler.l.godwin@usace.army.mil, Dario.M.Rissone@usace.army.mil
(tyler.l.godwin@usace.army.mil, Dario.M.Rissone@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For MIDWEST CITY WATER TOWER Midwest City, Oklahoma County, Oklahoma This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract to construct a new water tower for Midwest City, Oklahoma. The proposed design-bid-build project will be procured as a competitive, firm-fixed price contract in accordance with FAR 15, Negotiated Procurement, using the Lowest Price Technically Acceptable approach, tradeoffs will not be permitted. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate. Project Scope: Midwest City (MWC)is developing a high-pressure zone to improve the low pressures within the southeastern portion of the water distribution system (WDS) and proposed improvements that include the following, and incidental related work. The Contractor must determine the sequence for the base bid and approved options in the Work Plan. The work requirements are summarized as follows: Construction of a new 500,000-gallon elevated storage tank (EST), including associated piping, electrical, controls, and site improvements. Construction of a new high service pump station (HSPS), including associated piping, electrical, controls, and site improvements. Work includes shoring and dewatering practices as required, and as indicated in the Contract Documents. Construction of approximately 650 linear feet of new 12-inch ductile iron pipe from the new EST access road to the existing pipe connection on Timber Ridge Blvd. Work includes all pipe fittings, valves, restraints, traffic control, and site repairs. Work to complete the piping reconfiguration at the existing Titan Tower Tank site, including approximately 100 linear feet of 18-inch ductile iron pipe, 80 linear feet of 16-inch ductile iron pipe, pipe appurtenances, and pipe reconnections. Reconfiguration of distribution system piping at the corner of 15th Street and Westminster Road, including a new connection from the 24-inch water main on the west side of Westminster Road to the 12-inch water main on the north side of 15th Street. All erosion and sediment control devices, device maintenance, construction stormwater permitting, and stormwater management throughout construction. Close required isolation valves to isolate the Timber Ridge Zone while coordinating the valve work with the Owner. Specialized Experience. Special Inspections will need to be performed as required. Electrical work to be performed in accordance with state requirements for qualified electricians. Tank manufacturer and installer must demonstrate a minimum of 10 years of experience in manufacturing and constructing elevated steel water storage tanks. Tank welding must be performed in accordance with AWWA D100 or AWWA D103 and AWS D1.1 and AWS D1.3. Tank foundation design shall be authorized by a licensed structural engineer in the State of Oklahoma. Tank cathodic protection system must be installed in accordance with AWWA D106-10 by qualified persons with experience in cathodic protection of water storage tanks. Tank coating must be installed by the tank manufacturer and all interior wetted components in contact with potable water shall be NSF 61 compliant. Tank mixer shall be NSF 61 compliant and provided and installed by a single manufacturer experienced in the municipal industry. A representative of the geotechnical engineer shall evaluate soil bearing conditions prior to pouring foundations. Proof rolling must be performed in accordance with requirements. Site welders� performance qualifications are required in accordance with ASME B31.1. Engine-generator manufacturer shall furnish a qualified representative to confirm proper installation and witness startup services. HSPS vertical turbine pumps shall be supplied by a single manufacturer responsible for the pumping system. A manufacturer�s field service representative experienced in vertical turbine pump installation shall verify installation and assist in startup and performance testing. Pumps shall ne NSF 61 compliant. In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000. Estimated construction duration of the project is 450 calendar days. The North American Industry Classification System code for this procurement 237110 (Water and Sewer Line and Related Structures Construction) which has a small business size standard of $45M. The Product Service Code is: Y1NE (Construction of Water Supply Facilities) Small businesses are reminded of FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a small business subcontracting plan should this action be solicited as full and open competition and an award is made to a large business firm. Prior Government contract work is not required for submitting a response to this sources sought synopsis. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual (EM 385- 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 9 March 2026, and the estimated proposal due date will be on or about 9 April 2026, The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, and e-mail address. Firm�s interest in bidding on the solicitation when it is issued. Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 17 February 2026 All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Tyler Godwin, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Tyler.L.Godwin@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a7252560d88b4e16bd8c7f5f30853131/view)
 
Place of Performance
Address: Midwest City, OK, USA
Country: USA
 
Record
SN07703341-F 20260204/260202230045 (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!  © 1994-2026, Loren Data Corp.