Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOURCES SOUGHT

Y -- USACE SPK DBB Construction - Natomas Reach I Contract 2, Sacramento, California (CA)

Notice Date
10/23/2025 4:26:41 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W913826S0004
 
Response Due
11/24/2025 10:00:00 AM
 
Archive Date
10/23/2026
 
Point of Contact
Henry Barron
 
E-Mail Address
henry.d.barron@usace.army.mil
(henry.d.barron@usace.army.mil)
 
Description
This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE:The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to the American River Common Features, Natomas Basin Project, located within the great Sacramento region of California.This project was authorized by the Water Resources Reform Development Act of 2014. The selected plan described in the 2010 Post-Authorization Change Report divides the Natomas Basin into nine reaches, A through I. This phase of the project covers Reach I, Contract 2, which is located along the American River.Reach I, Contract 2 is a continuation of Contract 1 which provided cutoff walls for seepage mitigation in the levees for the entire reach of Natomas Reach I, extending from Northgate Boulevard to Gateway Oaks Drive along the American River levee. Contract 2 is approximately 2.18 miles long and includes flattening the landside slope to 2H:1V along the American River from Gateway Oaks Drive to the Northgate Boulevard and along the NEMDC. Total length of slope flattening is approximately 2.18 miles and will include site excavation and re-use of approximately 15,000 CY levee embankment fill and borrow site excavation and import of approximately 12,000 CY levee embankment fill. The borrow site will be obtained by the Contractor. The work will also include the relocation of utilities, construction of a 12-foot maintenance road at the landside toe, and tree removal. Activities that impact the levee prism will only be permitted between 15 April and 1 November.The potential requirement may result in an Invitation For Bid (IFB) solicitation issued approximately 30 November 2025. If solicited, the Government intends to award the anticipated requirement by approximately 01 February 2026. The Government estimates that design and construction of the potential requirement can be completed within 590 calendar days from receipt of Notice to Proceed. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. In accordance with Federal Acquisition Regulation (FAR) 36.204(g) the Government currently estimates the magnitude of construction for the potential project is $5,000,000 to $10,000,000The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,500,000 annual revenue / 1,000 employees. The Product Service Code for the potential requirement is anticipated to be Y1LC, Construction of Tunnels and Subsurface Structures If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to self-perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor.Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the primary point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.CAPABILITY STATEMENT:Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10.Please provide the following information: 1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)).4) Bonding capability (in the form of a Surety letter).. Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Henry Barron, at (henry.d.barron@usace.army.mil) by 1000/ 10:00 a.m. (PT) Monday 24 November 2025. Please include the Sources Sought Notice number, W913826S0004 in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1d80b069bcc94ba883a76c800c4aecca/view)
 
Record
SN07627229-F 20251025/251023230040 (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.