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

    PCCP Engineering Services

    Issued by Washington Suburban Sanitary Commission, MD
    localRFPWashington Suburban Sanitary Commission, MDSol. 247250
    Open · 19d remaining
    DAYS TO CLOSE
    19
    due Jun 2, 2026
    PUBLISHED
    Apr 30, 2026
    Posting date
    JURISDICTION
    Washington Suburban
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    WSSC seeks professional engineering services for condition assessment, inspection, and management of large-diameter Prestressed Concrete Cylinder Pipe (PCCP) water mains. The contract supports evaluation, rehabilitation planning, and emergency response for PCCP infrastructure. Proposals due June 2, 2026.

    Opportunity details

    Solicitation No.
    247250
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 30, 2026
    Due Date
    June 2, 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 PCCP Engineering Services. Responses are to be submitted via WSSC's eProcurement Portal via https://procurement.opengov.com/portal/wsscwater PRIOR TO 2:00 pm on Tuesday, June 2, 2026. Late responses will not be accepted.

    The purpose of this contract is to obtain professional engineering, inspection support, and technical services to support the Washington Suburban Sanitary Commission’s (WSSC) Prestressed Concrete Cylinder Pipe (PCCP) Management Program. Services will be performed on an as-needed basis to support condition assessment, inspection, evaluation, rehabilitation planning, emergency response, and long-term management of WSSC’s PCCP transmission infrastructure. Engineering services procured under this RFP will support WSSC in evaluating condition data, developing repair or replacement recommendations, and providing related technical and professional services on an as-needed basis.

    Background

    WSSC is a bi-county agency and public corporation of the State of Maryland, established in 1918 to provide water supply and wastewater services to residents and businesses in Montgomery County and Prince George’s County. WSSC is among the largest water and wastewater utilities in the United States, operating and maintaining approximately 5,600 miles of potable water pipelines and more than 5,400 miles of sewer pipelines serving a population of approximately 1.8 million.

    A critical component of WSSC’s water transmission infrastructure is its network of large-diameter Prestressed Concrete Cylinder Pipe (PCCP) water mains. This system consists of more than 140 miles of PCCP with diameters of 36 inches and greater, including both lined cylinder pipe (LCP) and embedded cylinder pipe (ECP). To support the ongoing management of these assets, WSSC maintains a PCCP Management Program that performs condition assessment, monitoring, and engineering evaluation activities on a recurring basis. PCCP mains are generally inspected and evaluated on a five- to seven-year cycle, with inspection priorities and annual mileage determined based on system needs and available funding. In addition, approximately 110 miles of WSSC’s large-diameter PCCP network is monitored using acoustic fiber optic (AFO) cable technology.

    When PCCP exhibits elevated levels of distress, WSSC may implement a range of corrective or mitigation measures, depending on the condition of the pipe and site-specific constraints. Such measures may include the replacement of individual PCCP sections or the use of alternative repair and reinforcement methods, including carbon fiber systems, where excavation is not feasible.

    Project Details

    • Reference ID: 101598
    • Department: Utility Services Department
    • Department Head: Glen Diaz (Utility Services Director)

    Important Dates

    • Questions Due: 2026-05-14T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-12T14:00:00.000Z — Microsoft Teams meeting Join: https://teams.microsoft.com/meet/255614545854073?p=bhMdyEePlGmWfmpcMY Meeting ID: 255 614 545 854 073 Passcode: GH6Rv6q3

    Evaluation Criteria

    • Technical Approach (20 pts)

      The Offeror shall provide a comprehensive technical proposal that demonstrates their approach to all elements of the scope of work. The technical proposal must address the following components:

      1. Quality Assurance/Quality Control (QA/QC) Plan
        1. Demonstrate procedures for ensuring accuracy and reliability of inspection data, lab testing, and analysis results
      2.  Data Management and Reporting Strategy
        1. Describe approach to data collection, management, analysis, GIS integration, and reporting deliverables 
      3. Risk Management Approach
        1.  Identify potential project risks and proposed mitigation strategies
      4. Project Schedule and Management Plan
        1. Demonstrate ability to coordinate multiple service elements and meet project milestones 
      5. Emergency Response Capabilities
        1. Describe availability for urgent response situations and mobilization procedures
    • Firm's Experience (30 pts)

      The Offeror shall provide detailed information demonstrating the Prime Consultant's experience and capability in Prestressed Concrete Cylinder Pipe (PCCP) condition assessment:

      1. In the past five (5) years, the Prime Consultant must have performed on at least five (5) projects performing inspection, condition assessment, and structural analysis of large -diameter PCCP (> 36-inch) in at least two different utilities /jurisdictions other than WSSC 
      2. Out of the five (5) projects, at least three (3) projects must have been completed in a jurisdiction other than WSSC. 
    • Key Personnel (35 pts)

      The Offeror shall provide comprehensive information about all proposed key team members who will be assigned to this project. The key personnel section must address the following components:

      1. Team Structure and Composition:
        1. Present the organizational chart showing key personnel roles, reporting relationships, and responsibility assignments for all project phases
      2. Individual Qualifications:
        1. Provide detailed resumes for each key personnel, including education, professional certifications, licenses, and relevant work experience
      3. Experience Documentation:
        1.  Detail each individual's years of experience in areas similar to the scope of work, including but not limited to PCCP Inspection, laboratory and forensic investigations, geotechnical services, and finite element analysis
      4. Team Collaboration History:
        1. Demonstrate previous successful working relationships among proposed key personnel on similar projects, including project outcomes and team performance
      5. Professional Credentials:
        1.  Document relevant certifications, licenses, and specialized training for each team member in their respective technical area
      6. Availability and Commitment:
        1. Provide availability schedules showing each individual's time commitment to this project and current workload with other clients, including active WSSC contracts
    • Price (15 pts)

      Offeror shall provide their unit prices and labor rates in the Pricing Proposal section and submit separately from the Technical Proposal. The unit prices and labor rates shall be firm for the duration of the Contract.

       

    Submission Requirements

    • Have you been in business for at least five (5) years and completed a minimum of five (5) projects similar in scope? (required)
    • Attach a list of at least five (5) projects, spanning over five years. Include one Transmission Pipeline, one Large Valve and Vault, and one Entry Port and Vault. Identify client, customer size, scope of services performed, and estimated amounts. (required)

      Please upload your completed forms.

    • Does your Program Manager have at least five (5) years of experience in their proposed role and hold a current Civil Professional Engineer (PE) registration in the State of Maryland? (required)

      If yes, upload a copy of the resumes, certifications, licenses, and supporting documentation for key personnel.

    • Does your Lead Engineer have at least five (5) years of experience in their proposed role and hold a current Civil Professional Engineer (PE) registration in the State of Maryland? (required)

      If yes, upload a copy of the resumes, certifications, licenses, and supporting documentation for key personnel.

    • Does your Structural Engineer have at least five (5) years of experience in their proposed role and hold a current Civil Professional Engineer (PE) registration in the State of Maryland? (required)

      If yes, upload a copy of the resumes, certifications, licenses, and supporting documentation for key personnel.

    • Does your Design Engineer have at least five (5) years of experience in their proposed role and hold a current Civil Professional Engineer (PE) registration in the State of Maryland (required)

      If yes, upload a copy of the resumes, certifications, licenses, and supporting documentation for key personnel.

    • Does your Materials Testing Scientist have at least five (5) years of experience in their proposed role and hold appropriate professional certifications relevant to materials testing and analysis? (required)

      Upload a copy of the resumes, certifications, licenses, and supporting documentation for key personnel.

    • 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.

    • Appendix A: OSDI PARTICIPATION
    • APPENDIX A (required)

      Please download and review the complete Appendix A file below.

    • 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.

    • REFERENCES

      The Offeror shall provide a list of three (3) satisfactory references for comparable work as outline in the scope of work. These references shall be for projects/jobs that are in progress or completed within the last three (3) years and are similar in scope to the work to be performed under this Contract. Each reference shall include a brief description of the work tasks and quantities of work to be performed. WSSC reserves the right to request additional references, as it deems necessary.

      The following information is required:

      1. The name of the Procurement/Contracting Officer and Project Manager/point of contact, current title, current telephone numbers, and email addresses for each.
      2. A complete description of the project(s), including a list of all services provided under the project.
      3. The Contract number and inclusive dates (start and end dates); and
      4. The Contract amounts.
    • 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 30, 2026Published
    2. June 2, 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.