SLED Opportunity · MARYLAND · WASHINGTON SUBURBAN SANITARY COMMISSION, MD

    Linear Infrastructure Design Basic Ordering Agreement

    Issued by Washington Suburban Sanitary Commission, MD
    localRFPWashington Suburban Sanitary Commission, MDSol. 238056
    Closed
    STATUS
    Closed
    due Apr 21, 2026
    PUBLISHED
    Mar 19, 2026
    Posting date
    JURISDICTION
    Washington Suburban
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    WSSC seeks proposals for a Linear Infrastructure Design Basic Ordering Agreement to provide engineering, project management, permitting, and construction services for water and sewer pipeline infrastructure rehabilitation and replacement. Proposals due April 21, 2026.

    Opportunity details

    Solicitation No.
    238056
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 19, 2026
    Due Date
    April 21, 2026
    NAICS Code
    541330AI guide
    Agency
    Washington Suburban Sanitary Commission, MD

    Description

    The Washington Suburban Sanitary Commission, MD (the "WSSC"), is soliciting sealed responses for Linear Infrastructure Design Basic Ordering Agreement. 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 5, 2026. Late responses will not be accepted.

    The Pipeline Design Division (PDD) is responsible for managing the planning, design, and permitting efforts associated with the rehabilitation, replacement, relocation, and asset protection of the Commission’s (WSSC Water) existing water and sewer pipeline infrastructure.  PDD provides the planning and design services to support the WSSC Water’s reconstruction program goals through the revitalization of buried assets to enhance the level of service to the community and to protect the environment;  while also ensuring the necessary water and sewer protection requirements or relocation needs associated with road improvement projects initiated by the state, counties, or municipalities and any other utility work impacting the Commission’s assets are properly defined and designed in compliance with WSSC Water’s codes, standards, and related guidelines.

    Project Details

    • Reference ID: 101601
    • Department: Engineering & Construction Department
    • Department Head: Alan Wong (Chief Engineer)

    Important Dates

    • Questions Due: 2026-04-14T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-07T18:00:00.000Z — Microsoft Teams Meeting Join: https://teams.microsoft.com/meet/25860778598082?p=CJrycccMhEOpEg250B Meeting ID: 258 607 785 980 82 Passcode: 3S9C7Hy6

    Addenda

    • Addendum #1 (released 2026-03-20T15:45:26.289Z) —

      Addendum No. 1 is required to respond to supplier inquiries, specifically revise Section 4.4 of the Additional Instructions to Bidders as it relates to the page count and identification of documents included in the page count, and upload the draft Contract (Basic Ordering Agreement). Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-03-20T23:31:48.825Z) —

      Addendum No. 2 provides the scoring scale. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-03-25T01:49:19.014Z) —

      Addendum No. 3 is required to revise the Pre-Bid Meeting date to April 7, 2026. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-03-30T22:09:46.163Z) —

      Addendum No. 4 revised the Basic Ordering Agreement template, specifically Article 3 - Term of the Agreement, in addition to revise the Additional Instructions to Bidders to remove all reference of "Tab 6", in addition to responding to Supplier Inquiries. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #5 (released 2026-03-31T13:52:06.491Z) —

      Addendum No. 5 is required to revise the Additional Instructions to Bidders, specifically revise the language that details the items excluded from the pagination count. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #6 (released 2026-04-01T20:56:40.877Z) —

      Addendum No. 6 is required to extend the solicitation close date to May 5, 2026. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #7 (released 2026-04-07T18:42:42.356Z) —

      Addendum No. 7 is required to revise the solicitation close date and suppllier inquiry deadline. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #8 (released 2026-04-15T16:21:14.104Z) —

      Addendum No. 8 is required to modify the Scope of Work, Additional Instructions to Bidders, Vendor Questionnaire, and the template format. Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #9 (released 2026-04-15T16:29:26.367Z) —

      Addendum No. 9 was required to add the project upset limit to the draft Basic Ordering Agreement. Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Technical Approach (40 pts)

      Offeror must submit a detailed approach demonstrating how they will deliver all requirements in the SOW (required services A-G)

      1. Understanding of the SOW & Program Needs
        • Narrative describing understanding of WSSC Water’s PDD needs.
        • Approach and proposed overview of strategies and methods for delivering the required services.
        • The offeror should provide a one (1) page summary explaining its understanding of the scope of work and the program’s needs.
      1. Project Management and Consulting (SOW Section A)
        • Approach for project management execution.
        • Demonstration of understanding of program constraints and performance expectations when issues arise.
        • Strategies and supporting technology-based tools to deliver the required project management services.
        • The offeror should provide a three (3) page summary addressing the criteria outlined above.
      1. Project Delivery and Controls (SOW Section B)
        • Strategies for project scheduling and control, risk management approach
        • Protocols for tracking quality assurance and quality control.
        • Approach and processes to monitor performance and ensure consistency throughout project life cycle, and ability to adapt to changes in demand or scope. 
        • Methodology for conducting project reporting and analytical strategies for monitoring project health and status.
        • The offeror shall address the bullet points above not to exceed four (4) pages. 
      1. Technical Design and Review (SOW Section C)
        • Demonstration of ability to perform detailed technical design services for water and sewer systems as cited in the SOW.
        • Demonstration of performing engineering-based calculations and analysis associated with the technical design of water and sewer systems as cited in the SOW.
        • Knowledge and understanding of WSSC Water’s design standards, details, specifications, and internal operating procedures.
        • The offeror shall address the bullet points above in a response not to exceed four (4) pages.
      1. Permitting (SOW Section D)
        • Approach for streamlining the project plan review process and obtaining final approval/permit authorization from outside regulatory agencies.
        • Demonstration of awareness and familiarity with local, state, and federal regulatory authorities.
        • Demonstration of ability to navigate, mitigate, and resolve permitting delays during the plan review process with external agencies.
        • The offeror should submit a response of no more than three (3) pages addressing the criteria outlined above.
      1. Bid Packaging and Procurement Advisory (SOW Section E)
        • Demonstration of awareness and familiarity with WSSC Water’s procurement practices, procedures, and techniques.
        • Approach and ability to deliver bid ready contract documents and packages for solicitation.
        • Demonstration of knowledge regarding cost estimating services and methodologies utilized to ensure estimates and budgets are in-line with current market prices.
        • Ability to perform project specific disparity studies and other industry standard services associated with cost estimating, contract specifications, and procurement needs.
        • The offeror’s response addressing the above bullet points shall be limited to three (3) pages.
      1. Construction Administration and Management (SOW Section F)
        • Demonstration of ability to perform construction management services associated with water and sewer pipelines.
        • Demonstration of ability to process and resolves requests for information during the construction process to mitigate project schedule delays while maintaining project scope and budget.
        • Approach and ability to resolve conflicts between contract documents and specifications, deviations in field conditions, and other construction related issues.
        • The offeror’s response addressing the above bullet points shall be limited to four (4) pages.
      1. Public Outreach & Community Engagement (SOW Section G)
        • Approach for engagement and coordination with external departments, agencies, private entities, and residential property owners.
        • Strategy for enhancing outreach efforts and fostering consensus with external entities.
        • Ability to produce communication materials and conduct presentations.
        • Optional sample outreach tools/templates.
        • Responses to the bullet points above shall be limited to a maximum of five (5) pages.
    • Firm's Experience (30 pts)

      Experience and expertise in the core functions outlined in the SOW supporting PDD’s mission to optimize and accelerate the delivery of the capital improvement programs it manages. The offeror must demonstrate experience in formulating, managing, and improving across multiple project types similar and complexity to the SOW (e.g., water, wastewater, and other utilities).

      Offeror must submit:

      1. Project Experience
      • Minimum of three (3) relevant projects related to:
        • Evaluation/designing transmission main, distribution mains, meter vaults, large valve vaults, sewers and force main of all material types, and the associated appurtenances, feasibility study/reports.
        • Environmental analysis, specification writing, surveying, geotechnical investigation, corrosion design
        • Permit acquisition, right of way acquisition and preparation of required traffic control
        • Outreach and workforce development
      • For each project:
        • Scope and duration
        • Budget/size
        • Roles and responsibilities
        • Key results (KPIs, cost savings, schedule improvements, system upgrades)
        • References with contact info
    • Key Personnel Qualifications (25 pts)

      Experience and expertise in managing projects and processes related to capital improvement public water and sewer utilities.  Experience should demonstrate familiarity and history in performing duties associated with facilitating all aspects of delivering capital improvement projects and providing the necessary management and oversight to accomplish such on time and within budget.

      Offeror must submit:

      1. Staffing Plan & Organizational Structure
        • Organizational chart with roles, reporting lines, and program structure.
        • Identification of prime and subcontractor roles.
      1. Key Personnel Qualifications
        • Resumes for Key Personnel for:
          • Principal
          • Quality Assurance/Quality Control Manager
          • Project Manager
          • Project Engineer
          • Estimator
          • Contract Compliance Specialist
        • Description of roles and responsibilities
      1. Availability & Capacity
        • Current workload and ability to staff the project immediately
        • Backup personnel and continuity plan
        • Commitment to maintaining key personnel for the duration of the contract. 
    • Price (5 pts)

      Price proposal will be evaluated for best value

      1. Offeror shall provide a pricing in the PRICING PROPOSAL section and submit separately form the Technical Proposal. 

    Submission Requirements

    • MINIMUM QUALIFICATIONS
    • The Prime Consultant shall demonstrate they have been in business providing professional engineering services in the project management of public water and wastewater infrastructure for a minimum of five (5) years in the United States.  (required)

      Please provide documentation demonstrating that your firm has been actively engaged in delivering professional engineering services related to the project management of public water and wastewater infrastructure within the United States for a minimum of five (5) years.

    • The Principal shall have a current Professional Engineer license in the State of Maryland. Please provide a copy of the current/valid Professional Engineer license. (required)

      Please provide a copy of the current/valid Professional Engineer license. 

    • Key Personnel shall include a minimum of two (2) additional Professional Engineers registered in the State of Maryland with a minimum of five (5) years of work experience in their area of expertise. (required)

      Please provide documentation demonstrating that the proposed Key Personnel include at least two (2) additional Professional Engineers who are currently registered in the State of Maryland and possess a minimum of five (5) years of relevant work experience in their respective areas of expertise.

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

      Please download the below documents, complete, and upload.

    • 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.

    • DRAFT BASIC ORDERING AGREEMENT
    • Linear Infrastructure Design Basic Ordering Agreement

      Please download and review the below documents.

    • 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)

    Questions & Answers

    Q (Draft WSSC Agreement): Can a copy of the draft WSSC Agreement/Contract be provided for review?

    A: The draft agreement will be provided via Addendum No. 1.


    Q (Contract Terms and Conditions): There are no contract terms and conditions included in the RFP. Can we assume the terms and conditions will be similar to those in current PDD contracts?

    A: The draft agreement will be provided via Addendum No. 1.


    Q (Resumes and Page Count): Can you please clarify which resumes count towards the page count? Page 12 in section 4.4 Technical Proposal states that only the Project Manager's resume counts. Please verify if other resumes also count towards the page count.

    A: Please refer to Addendum No. 1 which includes a revision to Section 4.4.


    Q (No subject): Should references be included in the body of the proposal or uploaded individually to their respective fields in the Vendor Questionnaire?

    A: References should be included in the respective fields of the Vendor Questionnaire section of the solicitation.


    Q (Price Proposal): Should rates for the price proposal be entered manually per the SOW section in the OpenGov portal or should a fully completed price proposal sheet be uploaded?

    A: The rates for the price proposal shall be entered into the Price Proposal section of OpenGov. Pricing will remain sealed until the technical evaluation is completed.


    Q (No subject): Are firms involved in other WSSC Program Management and/or Facility Plan Contracts in any way precluded from participating on teams for this RFP?

    A: Firms currently involved in other WSSC Program Management and/or Facility Plan contracts are not automatically precluded from participating on teams for this RFP. However, all firms are responsible for ensuring that their participation does not create an actual or potential conflict of interest. WSSC will review any such situations in accordance with its Procurement Regulations and may require mitigation measures or determine ineligibility where a conflict cannot be adequately addressed.


    Q (Contract Compliance Specialist): Please describe the anticipated responsibilities of the Contract Compliance Specialist.

    A: The anticipated responsibilities of a Contract Compliance Specialist are as follows: 1). Contract Compliance and Oversight a. Ensure all engineering and construction task order activities comply with the contract documents, including specifications, performance standards, and municipal/state regulations. b. Monitor adherence to Procurement/OSDI requirements 2). • Documentation & Recordkeeping a. Track deadlines, deliverables, and permit submission schedules. b. Maintain all compliance-related correspondence. 3). Change Management a. Prevent scope creep and adhere to contractual limits. 4). Financial Compliance a. Support cost tracking and budget reconciliation 5). Coordination With Design BOA PM a. Work closely with design engineers to confirm that the design package matches procurement and contractual requirements. b. Serve as the main point of contact for compliance queries from the Commission. 6). Quality Assurance / Quality Control Support a. Ensure the consultants QA/QC reports follow contract requirements 7). Stakeholder Communication a. Communicate contract requirements clearly to internal teams to prevent misunderstandings or disputes.


    Q (MBE/SLBE goal and participation): 1. How do you measure whether a responding prime firm meets the intended 30% MBE/SLBE goal during the bid evaluation? 2. Are the responding prime firms required to mention with which MBE/SLBE firms that they are partnering with to meet the MBE/SLBE goals?

    A: 1. The requirements for the Prime/Bidder to meet the 30% MBE/SLBE subcontracting goal are spelled out in the Appendix A documents. Please read them carefully and adhere to the instructions and processes outlined there. 2. All Prime/Bidders are expected to complete a Supplier and Subcontractor Certification Form for all subcontractors that will be used on the project. That includes all MBE, WBE, SLBE, and Majority-owned subcontractors. The Prime is expected to proffer 30% or more usage, as outlined in the Appendix A of MBE/SLBE subcontractors to be utilized, along with the Good Faith Efforts Affidavit and the Non Discrimination Form. Please read and review carefully the Appendix A documents which outline what is required of the Prime to meet the 30% MBE/SLBE subcontracting goal.


    Q (Addenda Conflicts): In Addenda 1, section 4.5 was revised to state that proposals are limited to 50 pages. In Addenda 3, the language has reverted back to the original 75 page limit. How many pages are we allotted?

    A: Please refer to Addendum No. 3 which provides the pagination requirement for this solicitation.


    Q (No subject): What deliverable is expected from a project specific disparity study referenced in the fourth bullet under TAB 1. item F?

    A: Consultants will be required to provide an assessment of low bid deviations from their engineer’s estimates and provide an explanation for the disparity between such. Consultants will be expected to identify measures and methodologies to diminish deviations on future cost estimates.


    Q (Scope of Work): Is there text missing under item 6 where the statement "Enter SOW text here." is located?

    A: The scope of work begins at item no. 6.1 in the Scope of Work section.


    Q (No subject): Given the page limit for TAB 1 item H for Public Outreach & Community Engagement, is WSSC Water reducing the involvement of its Public Outreach Group in PDD projects?

    A: Consultants will be required to support the Commission in its efforts to increase the visibility, awareness, and transparency of work being performed to support our Smart One Water Mission, in ensuring all communities thrive by ethically delivering safe, reliable and sustainable water and wastewater services. WSSC’s Strategic Partnership and Community Impact Office will continue to perform their duties with support from the Pipeline Design Division and the Consultants tasked with performing the services outline in this scope of work.


    Q (No subject): Can multiple resumes be submitted for Project Manager and Project Engineer Key Personnel?

    A: Bidders are expected to identify at a minimum one Project Manager and one Project Engineer who will act as lead in their roles in directing and managing the work being performed under this scope of work.


    Q (No subject): Can resumes for other support personnel such as Professional Land Surveyor and environmental specialists be submitted?

    A: Bidders are expected to provide resumes for the Key Personnel as noted in Tab 3. Refer to Section 4.5 Technical Proposal for number of pages.


    Q (MBE/SLBE goal question clarification): This is a clarification of previously asked question. The question is how WSSC evaluate the participation of MBE/SLBE up to 30% of the project task/work during evaluation of each responder's technical and financial proposal. The RFP specifies that projects are awarded on task order basis which are not defined when the BOA is awarded to the winning team. What is the mechanism to ensure that responder's proposal will accommodate the required MBE/SLBE goal unless it is reflected in the unit price of the financial proposal. Making a promise to meet MBE/SLBE goal is not good enough unless there is specific enforcing mechanism mentioned in the technical and/or financial proposal.

    A: The MBE/SLBE subcontracting goal of 30% applies to the entire project. Each Task Order awarded will continue to have a 30% MBE/SLBE subcontracting goal.


    Q (4. Additional Instructions to Offerors - 4.4 Technical Proposal): RFP states - "The Technical Proposal shall be no more than 75 single-sided pages in length (exclusive of the documentation required for Tabs 4, 5, and 6 below)", however, there is no "Tab 6" identified in the document. Please provide information on the contents of "Tab 6".

    A: Please note that the reference to Tab 6 in the Technical Proposal has been revised and all references to "Tab 6" have been deleted.


    Q (Sample BOA): Article 3. Term of Agreement states that the base term of the contract shall be for three years and that it may be extended for 90 days. There is no mention of an "Option Term", please verify this contract is for 3 years and there is no "Option Term" associated with this contract.

    A: Please refer to the revised Draft Basic Ordering Agreement, specifically, Article 3 - Term of Agreement, A. The Base Term of this Agreement shall be for five (5) years. There is no Option Term associated with this Agreement.


    Q (Vendor Questionnaire ): 5.1 Linear Infrastructure Design Basic Ordering Agreement. Please confirm that the BOA only needs to be downloaded and reviewed and there is no uploading of files required.

    A: The draft Basic Ordering Agreement is only required to be downloaded and reviewed.


    Q (Vendor Questionnaire ): 1. Minimum Qualifications 1.3 Key Personnel shall include a minimum of two (2) additional Professional Engineers registered in the State of Maryland with a minimum of five (5) years of work experience in their area of expertise. Resumes are submitted as part of the Technical Proposal submission in item 4.1. Please confirm no document needs to be submitted uploaded in section 1.3. If there is additional information required to be uploaded under item 1.3, please advise?

    A: Please refer to the revised Minimum Qualification section of the Vendor Questionnaire. All items listed in this section require a response to be uploaded to the item(s) the supplier community is being asked to demonstrate.


    Q (Vendor Questionnaire ): 1. Minimum Qualifications 1.2: The principal shall have a current Professional Engineer License in the State of Maryland. The resume of the Principal, which lists their MD Professional Engineer License number, is submitted as part of the Technical Proposal submission in item 4.1. Please confirm no document needs to be submitted uploaded in section 1.2. If there is additional information (i.e. a copy of the Principal’s PE license) required to be uploaded under item 1.2, please advise.

    A: Please refer to the revised Minimum Qualification section of the Vendor Questionnaire. All items listed in this section require a response to be uploaded to the item(s) the supplier community is being asked to demonstrate.


    Q (Vendor Questionnaire ): 1. Minimum Qualifications 1.1 The Prime Consultant has been in business providing professional engineering services in the project management of public water and wastewater infrastructure for a minimum of five (5) years in the United States. Please confirm no document needs to be submitted uploaded in section 1.1 of the Minimum Qualifications.

    A: Please refer to the revised Minimum Qualification section of the Vendor Questionnaire. All items listed in this section require a response to be uploaded to the item(s) the supplier community is being asked to demonstrate.


    Q (Sample BOA w Updated Duration): The response to question #17 mentions "the revised Draft Basic Ordering Agreement". Can you please make this available in the Downloads?

    A: Please note that the draft Basic Ordering Agreement is located in the Vendor Questionnaire Section, specifically: 5. DRAFT BASIC ORDERING AGREEMENT 5.1. Linear Infrastructure Design Basic Ordering Agreement Please download and review the below documents. This file is downloadable for Supplier review.


    Q (Rates): Are Labor and Unit rates expected to remain unchanged for the duration of the Contract? If so, what duration period should we consider?

    A: Please refer to the draft BOA for the contract duration. This BOA has a term of five (5) years. Please refer to Section 4.6 of the Additional Instructions to Bidders: 4.6. PRICE PROPOSAL, which states the following Price proposal will be evaluated for best value Offeror shall provide a price for proposed labor rates in the PRICING PROPOSAL section and submit separately form the Technical Proposal. Labor rate shall be firm for the duration of the contract. Cost Breakdown shall include: -Fully burdened cost breakdown, including labor rates by labor category -Assumptions used to estimate hours and staffing levels


    Q (Due Date Extension): Would WSSC Water consider extending the deadline by two weeks? With the prebid meeting scheduled for April 7th and deadline for questions being April 10th (with responses anticipated to be provided 2-3 days after that deadline), the current submission deadline of April 21st provides limited time to make revisions based on any late information that may be communicated and/or provided by the Commission.

    A: Please refer to Addendum No. 6 regarding the extension of the bid closing date.


    Q (Consent to Use Electronic Signature): The link to download the Consent to use of electronic signature form is broken. Can you provide the form or fix the link?

    A: The link is not broken on my end. Please try to access via a different browser.


    Q (OSDI Form for Contract Amount): Since the contract amount is not known, do we insert the percentage for each subconsultant and leave the amount as "TBD"?

    A: No. You must include a specific percentage in the Appendix A to meet the MBE/SLBE subcontracting goal. You cannot leave the percentage as TBD. You can put TBD for the contract amount, but not for the subcontracting percentage. You must assign all subcontractors a specific percentage and your MBE/SLBE subcontracting must meet or exceed the amount of the subcontracting goal identified in the Appendix A.


    Q (Stream monitoring): Dear Madam or Sir, Does the SOW include any ore and or post stream restoration monitoring?

    A: Refer to scope of work.


    Q (Bilingual): Is bilingual (Spanish English) outreach capacity expected?

    A: WSSC Water serves a diverse population across its service area. The intent of the Commission is to have the capabilities or abilities to make provisions to offer communications which include the translation of key information in languages to accommodate non-English speaking customers and those with language needs to ensure accessibility to all, especially as it pertains to critical information which may have a direct impact to our customers.


    Q (Unite Rates): Are investigative unit rate items lump sum for complete contract (5yr term) or it can be escalated annually?

    A: Labor rates shall be firm for the duration of the contract.


    Q (No subject): For "in-house design support," will the consultant's staff be required to work on-site at WSSC facilities full-time, or is remote support acceptable? Can WSSC provide an estimated number of task orders or a total anticipated contract value to help determine staffing capacity? Does the 75-page limit for the Technical Proposal include the OSDI forms in Tab 5, or is that section also excluded like Tabs 4 and 6? (p. 12). What is the average lead time for the background investigations required to access plans and drawings through E-Builder? (p. 6). While labor rates must be "firm for the duration," is there a provision for annual CPI adjustments for multi-year terms? (p. 17). What is the standard WSSC payment turnaround time (e.g., Net 30) once a monthly invoice is approved? Does the structural design of vaults or meter houses require a licensed Architect for building permit purposes in Montgomery/Prince George’s counties, or is a licensed Structural Engineer sufficient? (25, 27) What specific GIS or database software (beyond Excel) must the consultant be proficient in for the "data management of key performance indicators"? (25, 28) Is the consultant responsible for the direct payment of permit fees to agencies (to be reimbursed), or does WSSC pay those fees directly? (29) Can one individual fulfill multiple "Key Personnel" roles (e.g., Project Manager also serving as the Project Engineer) if they meet the qualifications for both? (16, 39) Since the MBE/SLBE goal is 30%, but the RFP states certified firms should retain 60% of the value if certain preferences are applied, which percentage takes precedence for this specific solicitation? (43, 44) What is the anticipated response time required for the consultant to mobilize once a Task Order is issued? (24) How are non-labor expenses (e.g., specialized testing equipment, CCTV rentals, or printing) handled? Are they reimbursed at cost or subject to a markup? (17)

    A: It should be noted that supplier inquiries must be submitted individually. This allows each item to be assigned to the appropriate WSSC Water personnel or department for response. Your inquiries will be posted individually to ensure a formal response can be provided. Please be aware that inquiries submitted in a combined format may not be addressed.


    Q (Tab 3 - Organizational Chart): Can the Organizational Chart page size be 11" x 17"?

    A: Yes, the organizational chart page size can be 11" x 17".


    Q (Tab 2 - Firm Experience - A. Project Experience ): Could you please provide clarification about WSSC's definition of "Workforce Development" as it pertains to Engineering Contracts?

    A: The Consultant shall identify and utilize an external consultant network to maintain a pool of resources and qualified personnel to support the PDD’s needs when internal resources are insufficient or unavailable.  This network will have the appropriate personnel experienced in the review and preparation of engineering construction and cost estimating documents, providing direction and guidance relative to the scheduling, phasing, and staging of construction projects, and organizing and conducting pre-bid and pre-construction meetings.  The Consultant shall make this network available to the PDD upon request to provide technical staff to work directly from assigned WSSC Water’s facility to assist in such in-house design efforts.


    Q (Price Form): The price form does not include the Contract Compliance Specialist nor the QA/QC Manager positions. Should these be added to the form?

    A: Please refer to the Price Proposal section which includes the addition of the Contract Compliance Specialist and the QA/QC Manager.


    Q (Contract Compliance Specialist): Is the Contract Compliance Specialist responsible for the consultant's in-house compliance and oversight during the course of the contract or would this person need to be available to work as on-site support to WSSC Water providing compliance and oversight for multiple consultant contracts?

    A: The Contract Compliance Specialist shall be responsible for the consultant's in-house compliance and oversight over the course of the contract. There is no expectation for this Specialist to provide services on-site.


    Q (Page Count Clarification: 11×17 Format): Are 11×17 pages acceptable for proposal submission, and if so, would each 11×17 page be counted as one page or two pages toward the page limit?

    A: Please note that 11x17 pages are not acceptable for the full proposal submission. While 11x17 sheets may be used for items such as large diagrams or fold‑out drawings if necessary, the complete proposal package must not be submitted entirely in 11x17 format.


    Q (Resumes): If more than one resume is submitted for a key personnel position, will all submitted resumes be reviewed and scored, or will only one resume per key position be evaluated?

    A: All resumes submitted for a key personnel position will be evaluated.


    Q (Resumes): Beyond the six required key personnel positions, if a firm submits resumes for additional staff positions (outside of the six key staff positions), will those additional resumes be reviewed and scored as part of the evaluation?

    A: All resumes submitted will be reviewed. As outlined in the Additional Instructions to Bidders, the key staff positions requested in the solicitation are the ones considered under the “Key Personnel” evaluation factor.


    Q (No subject): Would a CEP (Cost Estimating Professional) certification from AACE be acceptable in lieu of the Certified Professional Estimator certification (from ASPE)?

    A: Yes. WSSC Water will accept Cost Estimating Professional certification from AACE. Please refer to the revised Scope of Work.


    Q (Vendor Questionnaire ): Tab 4 - References: Can the three references be WSSC personnel from previous contracts or do the references need be from outside of WSSC?

    A: References provided can be from either WSSC personnel from previous contracts or sources outside of WSSC.


    Q (Vendor Questionnaire ): Tab 4 - Certified Insurance Statement: Does WSSC have a standard form for the "Certified Insurance Statement" as it has in the past, or will a notarized statement on company letterhead meet this requirement?

    A: Please refer to the Vendor Questionnaire, Section 4.3. CERTIFIED INSURANCE CONFIRMATION.


    Q (Vendor Questionnaire ): 3. Appendix B: Certificate of Insurance - Item 3.1 asks the vendor to upload their certificate of insurance but item 4.3 has the vendor certifying they will provide the COI within 10 days of Notice of Award. Please confirm that in the proposal submission both a COI needs to be provided and the vendor needs to confirm the COI will be provided within 10 days of Notice of Award. If a COI is required to be provided with the proposal, please provide instructions on the wording required on the COI (i.e. WSSC agents & employees are named as additional insured, etc....).

    A: Please refer to the revised "Vendor Questionnaire" section of this RFP. All references to Suppliers uploading a copy of their COI have been DELETED/REMOVED.


    Q (Consent to Use Electronic Signature): I have to concur with question number 25, the link brings you to a page that reads "The XML file does not appear to have any style information associated with it. The document tree is shown below" with a code showing an error that reads "The provided token has expired." I have tried using both MS Edge and Google Chrome with no success. SOLUTION: Download the file from the portal by going to Project Documents > Vendor Questionnaire. Download from here. The links in the RFP do not work properly.

    A: There is no download issue with the Consent to Electronic Signature form. Please try accessing the form from a different browser.


    Q (Signature Form): On page 16 of Addendum #7 under TAB 4, reference is made to the vendor questionnaire for the Signature Form, yet that form does not appear to be available on the vendor questionnaire. Please advise where the latest version of the Signature Form can be obtained.

    A: All references to "Signature Form" have been deleted from this RFP.


    Q (Vendor Questionnaire ): Please confirm if "Tab 4: Appendix C forms" and "Tab5: OSDI Participation" are to be included as "tabbed sections" of the "Technical Proposal" document submitted under Vendor Questionnaire Item 4.1 or if the individual forms comprising those tabs are only to be submitted individually under Vendor Questionnaire Items 2.1, 2.2, 4.2, 4.3, 4.4, 4.5 4.6, and 4.7.

    A: Please adhere to the instructions provided in Section 4.5, of the Additional Instructions to Bidders: 4.5 TECHNICAL PROPOSAL The Technical Proposal must demonstrate the Minimum Qualifications of the Solicitation. The Technical Proposal shall not exceed 75 single‑sided pages in length. This page limit excludes the documentation required under Tabs 4 and 5, as well as all required résumés and any mandatory forms or supporting documents that must be submitted with the Proposal. TAB 4: Appendix C forms (please refer to the vendor questionnaire). TAB 5: OSDI Participation (please refer to the vendor questionnaire).


    Q (No subject):

    A: Does the 75-page limit for the Technical Proposal include the OSDI forms in Tab 5, or is that section also excluded like Tabs 4 and 6? (p. 12). Please refer to the revised Additional Instructions to Bidders.


    Q (No subject):

    A: Can WSSC provide an estimated number of task orders or a total anticipated contract value to help determine staffing capacity? The estimated project upset is $80,000,000.00.


    Q (No subject):

    A: For "in-house design support," will the consultant's staff be required to work on-site at WSSC facilities full-time, or is remote support acceptable? WSSC Water will assign a task order with stipulations regarding the anticipated number of work hours and provisions on work location.


    Q (No subject):

    A: How are non-labor expenses (e.g., specialized testing equipment, CCTV rentals, or printing) handled? Are they reimbursed at cost or subject to a markup? (17) Non-labor costs shall be included in a design task order under the Contract. WSSC will not reimburse non-labor expenses outside of an approved design task order.


    Q (No subject):

    A: What is the anticipated response time required for the consultant to mobilize once a Task Order is issued? (24) The Kick-off meeting for task orders are expected to be conducted within 14 days following the Notice to Proceed (NTP)


    Q (No subject):

    A: Since the MBE/SLBE goal is 30%, but the RFP states certified firms should retain 60% of the value if certain preferences are applied, which percentage takes precedence for this specific solicitation? (43, 44) The 30% MBE/SLBE subcontracting goal and the 60% self-performance requirement are both enforceable within their respective scopes. The 30% MBE/SLBE goal, established and monitored by OSDI, represents the minimum percentage of the total contract value that must be subcontracted to certified firms in accordance with the approved subcontracting plan. The 60% self-performance requirement, are enforced through Procurement under the General Terms and Conditions. The certified prime contractor must perform at least 60% of the total contract value with its own workforce. Accordingly, both requirements must be satisfied concurrently: A minimum of 30% of the contract must be subcontracted to certified MBE/SLBE firms, and The prime contractor (if utilizing applicable preferences) must retain at least 60% of the contract value. These requirements are not mutually exclusive but must be evaluated together when structuring the bid and subcontracting approach for this solicitation.


    Q (No subject):

    A: Can one individual fulfill multiple "Key Personnel" roles (e.g., Project Manager also serving as the Project Engineer) if they meet the qualifications for both? (16, 39) No. An individual may not serve in multiple Key Personnel roles simultaneously, even if they meet the qualifications for each position. Each Key Personnel role is intended to be filled by a dedicated individual to ensure clear accountability, role separation, and adequate attention to the responsibilities associated with each position. This requirement helps maintain effective project oversight and supports compliance with contractual expectations.


    Q (No subject):

    A: Is the consultant responsible for the direct payment of permit fees to agencies (to be reimbursed), or does WSSC pay those fees directly? (29) If permit fees are required, WSSC will be responsible for payment or any reimbursement.


    Q (No subject):

    A: What specific GIS or database software (beyond Excel) must the consultant be proficient in for the "data management of key performance indicators"? (25, 28) WSSC Water utilizes a vast assortment of database management tools and technologies.


    Q (No subject):

    A: Does the structural design of vaults or meter houses require a licensed Architect for building permit purposes in Montgomery/Prince George’s counties, or is a licensed Structural Engineer sufficient? (25, 27) A licensed Structural Engineer will be sufficient for underground vaults and meter houses.


    Q (No subject):

    A: What is the standard WSSC payment turnaround time (e.g., Net 30) once a monthly invoice is approved? WSSC Water is obligated to pay our suppliers within 30 days of an approved invoice; the standard payment from Disbursement will be on the 25th day of the Net 30 due date.


    Q (No subject):

    A: While labor rates must be "firm for the duration," is there a provision for annual CPI adjustments for multi-year terms? (p. 17). There is no provision within the Basic Ordering Agreement that for annual CPI adjustments.


    Q (Cover Letter): Is a cover letter permitted as part of the submission? If so, does the cover letter count toward the overall page limit?

    A: Please refer to the Additional Instructions to Bidders for proposal submittal requirements.


    Q (No subject):

    A: What is the average lead time for the background investigations required to access plans and drawings through Trimble (formerly e-Builder)? (p. 6). Information regarding accessing plans/drawings via Trimble will be discussed at the kickoff meeting with the respective awardee(s).


    Q (No subject): Could you please share the pre-proposal meeting attendee list?

    A: Please refer to the attachment section to access the PowerPoint presentation.


    Q (Pre-proposal meeting): Will the attendee list and powerpoint presentation from the pre-proposal meeting be shared?

    A: Please refer to the attachment section to access the Pre-Bid Sign-In list of attendees.


    Key dates

    1. March 19, 2026Published
    2. April 21, 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.