Active SLED Opportunity · MARYLAND · WASHINGTON SUBURBAN SANITARY COMMISSION, MD

    Area Water and Sewer House Connection

    Issued by Washington Suburban Sanitary Commission, MD
    localRFPWashington Suburban Sanitary Commission, MDSol. 258591
    Open · 12d remaining
    DAYS TO CLOSE
    12
    due May 26, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    Washington Suburban
    local
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    WSSC seeks contractors for construction of water and sewer house connections in Maryland. The project involves installing thousands of linear feet of water and sewer lines for approximately 150 new services annually. Submission deadline is May 26, 2026, with detailed qualification and certification requirements.

    Opportunity details

    Solicitation No.
    258591
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 28, 2026
    Due Date
    May 26, 2026
    NAICS Code
    237110AI guide
    Agency
    Washington Suburban Sanitary Commission, MD

    Description

    The Washington Suburban Sanitary Commission, MD (the "WSSC"), is soliciting sealed responses for Area Water and Sewer House Connection. Responses are to be submitted via WSSC's eProcurement Portal via https://procurement.opengov.com/portal/wsscwater PRIOR TO 2:00 pm on Tuesday, May 26, 2026. Late responses will not be accepted.

    This work consists of constructing approximately 11,000 LF of 1 inch through 2 inch water house connections; approximately 2,600 LF of 4 inch though 6 inch sewer house connections and approximately 335 LF of 1 ¼ inch pressure sewer house connections for approximately 150 new services installations at various locations in Prince George’s & Montgomery Counties, Maryland on an annual basis.

    Project Details

    • Reference ID: 104581
    • Department: Procurement Office
    • Department Head: Caprecia Poole-Willams (Chief Procurement Officer)

    Important Dates

    • Questions Due: 2026-05-08T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-05T18:00:00.000Z — Microsoft Teams meeting Join: https://teams.microsoft.com/meet/289990672511816?p=cyPrSQY3Y5P0L7SVJY Meeting ID: 289 990 672 511 816 Passcode: c4fM6X47

    Evaluation Criteria

    • Key Personnel (35 pts)
    • Firm's Experience (30 pts)
    • Technical Approach (20 pts)
    • Price (15 pts)

    Submission Requirements

    • Minimum Plumbing Qualifications: Please upload the required documents and certifications as identified in the scope. (required)
    • Minimum Chlorination and De-chlorination Qualifications: Please upload the required documents, certifications and licenses as identified in the scope. (required)
    • Upload your completed Contractor Health and Safety Qualification Questionnaire (required)

      Please download the below documents, complete, and upload.

    • Minimum Pipeline Construction Experience (required)

      Bidder and/or their subcontractor(s) must utilize in the contract at least one field individual as a Flagger and one field individual as a Traffic Manager, both certified by the State of Maryland (the ATSSA – American Traffic Safety Services Association - Certification is recognized by SHA and accepted by WSSC to fulfil the requirement for Flagger)

      Submit with the Bid the names of these individuals and a copy of each individual's certification(s).

      download the below documents, complete, and upload.

    • Please provide a copy of your safety plan. (required)

      The Contractor shall have a safety plan and provide evidence of an OSHA Total Recordable Incident Rate (TRIR) of less than 2.67 for each of the last three (3) years. Include copies of OSHA Form 300A to support calculation of the TRIR. Calculate the IR using the following formula:

      TRIR= N*200,000/EH (where N=number of incidents for the year from OSHA form 300 or 300A, EH= number of hours worked by all employees for the year and 200,000 represents the base for 100 equivalent full-time workers for one (1) year working 40hrs/week for 50 weeks).

      Note: Prime Contractors with a TRIR higher than the 2.67 threshold shall commit to furnishing a dedicated full-time safety professional, consistent with USACE EM 385-1-1 criteria or equal.

    • Please upload all Traffic Control certification(s). (required)
    • Traffic Control Certification Holders (required)

      Please provide the names of the individual(s) who are the Flagger and Traffic Manager, both who must be certified by the State of Maryland (the ATSSA – American Traffic Safety Services Association - Certification is recognized by SHA and accepted by WSSC to fulfil the requirement for Flagger). 

    • Please upload your Erosion and Sediment Control certification(s). (required)
    • Erosion and Sediment Control Holder (required)

      Submit with the name and title of this individual(s) who hold the erosion and sediment control certification.

    • Plumbing (required)

      Bidder and/or their subcontractor(s) must utilize in the contract at least one field individual with a Tapping Certification and a field supervisor experienced in the performance of this work.

      Installer must have at least three (3) projects in the last three (3) years of similar size and type that they worked on. Field supervisor must have a minimum of three (3) years in the performance of this work.

      Submit the resumes of the Installer and Field Supervisor. Resumes shall include, at a minimum, past employers for the past five (5) years, three (3) similar projects in the last three (3) years with references, and names and telephone numbers of contact persons.

    • Plumbing Certifications (required)

      Please provide copies of the certifications of the field individual(s) who hold the Tapping Certification.

    • Chlorination and De-chlorination Resumes (required)

      Bidder and/or their subcontractor(s) must utilize in the contract at least one Field Supervisor with three (3) years of experience in chlorination and de-chlorination of pressurized water pipes using pressurized liquid chlorine as described in AWWA B301 or method described in AWWA C651.

      Submit with the Bid the resume of the Field Supervisor and copy(ies) of all certifications/licenses held by this individual.

      Resume shall include, at a minimum, past employers for the past five (5) years, five (5) similar projects in the last three (3) years with references, and names and telephone numbers of contact persons.

    • Chlorination and De-chlorination (required)

      Please provide a copy of the certification(s) held by the individual(s) responsible for chlorination and de-chlorination of water pipe(s). 

    • Appendix A: OSDI PARTICIPATION
    • Please download and complete the attached OSDI Forms (required)

      Please download the below documents, complete, and upload.

    • Appendix B: CERTIFICATE OF INSURANCE
    • Please upload your up to date Certificate of Insurance here (required)
    • Appendix C: SUBMISSION FORMS
    • Technical Proposal (WITHOUT COST) (required)

      Please upload your technical proposal here

    • CONSENT TO USE OF ELECTRONIC SIGNATURE (required)

      Please download the below documents, complete, and upload.

    • CERTIFIED INSURANCE CONFIRMATION (required)

      I certify that I will have on file within 10 days of Notice of Award, Certificates of Insurance acceptable to the Commission, meeting all requirements set forth in the Contract Document.

    • CONTRACT CERTIFICATION AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • CONSULTANT CONFLICT OF INTEREST AFFIDAVIT (required)

      Please download the below documents, complete, and upload.

    • IRAN INVESTMENT ACTIVITY CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • STATEMENT OF BIDDER’S QUALIFICATIONS FORM (required)

      Please download the below documents, complete, and upload.

    • STATEMENT OF OFFEROR’S QUALIFICATIONS FORM (required)

      Please download the below documents, complete, and upload.

    • BID GUARANTEE (required)

      Please download the below documents, complete, and upload.

    • REFERENCES

      Please list 3 references below including the following information:

      1. Name and address of customer.
      2. The name, title, telephone number, and e-mail of customer contact.
      3. Description of the work performed, contract title, contract dates and price range (over or under $________)
    • Reference 1 (required)
    • Reference 2 (required)
    • Reference 3 (required)
    • Are you registered in WSSC Water's Supplier Portal? (required)
    • Please provide your Supplier Portal identification number (ID): (required)
    • Please confirm that you have registered prior to bid submittal (required)

      Please register at: www.wsscwater.com/supplier.

    • Solicitation Purpose? (required)
    • RFP purpose? (required)
    • IFB Purpose (required)
    • General Terms and Conditions? (required)
    • Is this project MDE funded? (required)
    • How will you be collecting pricing? (required)

      Select electronic pricing table if providing line items for the vendor to fill out

    • Bonding Requirements? (required)
    • Please select all relevant insurance types: (required)
    • Will you be awarding a single or multiple vendors? (required)
    • Will the Mid-Atlantic Purchasing Team Intergovernmental & Cooperative Purchasing Clause apply? (required)

      Select yes to show the Mid-Atlantic Purchasing Team Intergovernmental & Cooperative Purchasing Clause in the attachments

    • What category of diameter pipe does this project contain? (required)
    • Is a flow control vault included in this project? (required)
    • Identify OSDI's Participation Recommendation (required)
    • MBE Bid Price Preference: (required)
    • SLBE Bid Price Preference: (required)
    • MBE/SLBE Goal (required)
    • Select the Optimization of Diverse Business Development Program (required)

    Key dates

    1. April 28, 2026Published
    2. May 26, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.