Alameda Zone 7 PL 84-99 Repairs (Phase 2 and 3)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), San Francisco District, is soliciting bids for the Alameda Zone 7 PL 84-99 Repairs (Phase 2 and 3) project in Alameda County, CA. This is an Operations and Maintenance project to repair storm damage, including erosion and bank failures, to flood control channels caused by atmospheric rivers between December 2022 and March 2023. The project aims to restore damaged slopes to their original grade. The estimated magnitude of construction is between $10,000,000 and $25,000,000. This procurement is a Total Small Business Set-Aside.
Scope of Work
The project encompasses repairs at 41 sites across seven flood control channels.
- Phase 2 (Base Contract): Involves 21 repair sites across Arroyo de la Laguna, Arroyo del Valle, Alamo Canal, Arroyo Mocho, and Tassajara Creek, to be completed in 2026.
- Phase 3 (Optional Work): Consists of 20 repair sites in South San Ramon Creek, Alamo Canal, and Alamo Creek, to be performed in 2027 if the option is exercised.
Repairs will restore earthen slopes to their original grades. Specific methods include:
- Toe Erosion Repair (16 sites): Installation of 1.5-ton rock riprap armoring, gravel filter layer, backfill with soil, and hydroseeding.
- Full Bank Repair (19 sites): Excavation, 1.5-ton rock riprap armoring, gravel filter layer, compacted soils reinforced with uniaxial geogrid, backfill, and hydroseeding.
Strict environmental protection measures are required, including specific work windows (June 15 - October 15 for in-water work, with potential extensions), protection of special-status species (California red-legged frog, Central California Coast steelhead), erosion and sediment control, stormwater management, and waste management.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Estimated Value: $10,000,000 - $25,000,000
- Period of Performance: Phase 2 (Base) is 202 calendar days; Phase 3 (Option) is 202 calendar days if exercised.
- NAICS Code: 237990 (Size Standard: $45,000,000)
- PSC Code: Y1PZ (Construction Of Other Non Building Facilities)
- Set-Aside: Total Small Business Set-Aside
Submission & Evaluation
- Bid Submission Deadline: May 11, 2026, at 12:00 PM PDT.
- Bid Opening: Public bid opening via Microsoft Teams on May 11, 2026, at 1:00 PM PDT.
- Submission Method: Offers must be submitted electronically through the PIEE website.
- Offer Acceptance Period: 60 calendar days.
- Evaluation: Award will be based on the "Instructions, Conditions and Notices to Offerors and Evaluation Criteria for Award" section of the solicitation.
- Site Visit: A site visit is scheduled for April 20, 2026, at 9:00 AM at 6900 W Las Positas Blvd, Pleasanton, CA 94588.
Key Requirements & Deliverables
Prospective Offerors must be registered in SAM.gov and the PIEE website to view/download solicitation information and submit offers. Required submittals include Preconstruction Submittals (e.g., Accident Prevention Plan, Construction Site Plan, Quality Control Plan), Product Data, Test Reports, and Certificates. A Bid Guarantee (SF-24) of 20% of the bid price or $3,000,000 (whichever is less) is required, along with Performance and Payment Bonds. Offerors are responsible for monitoring PIEE and SAM for any amendments.