DDJC Tracy Solar Covered Parking Structure
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 United States Army Corps of Engineers (USACE) Sacramento District (SPK) is conducting market research through this Sources Sought Notice to identify qualified small and other than small businesses for the design and construction of a covered parking photovoltaic (PV) system at the North parking lot of Bldg. 201, Defense Distribution Depot San Joaquin, Tracy Site. This notice is for planning purposes only; no solicitation is currently available. Responses are due by April 1, 2026.
Scope of Work
The potential requirement involves the design and installation of a covered parking PV system. This includes multiple rack-mounted PV panels, inverters, a sub-meter, wiring, distribution conduits and mounting, disconnects, trenching, controls, and other necessary equipment for a fully operational system. The design must adhere to criteria in the future Request for Proposal, using industry-standard materials and practices, and meet all applicable federal, state, and local codes.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Solicitation Type: Firm-Fixed-Price
- Estimated Magnitude: $5,000,000 to $10,000,000
- NAICS Code: 236220, Commercial and Institutional Building Constructors (Small Business Size Standard: $45,000,000 annual revenue)
- Product Service Code (PSC): Y1LZ, Construction Of Parking Facilities
- Estimated Completion Time: 450 calendar days
- Anticipated Solicitation Release: Approximately May 2026
- Anticipated Award: Approximately August 2026
- Response Due: April 1, 2026, by 09:00 a.m. (PST)
Set-Aside Consideration
This market research will determine if a small business set-aside is appropriate. If set aside, small business contractors will be required to self-perform at least 25% of the contract cost (excluding materials) per FAR 52.219-14. If not set aside, the requirement will be competed with full and open competition.
Capability Statement Requirements
Interested contractors must submit a capability statement, limited to ten (10) 8.5 x 11 inch pages (minimum 10-point font), including:
- Company information (name, SAM UEID/EIN, address, POC, phone, email).
- Experience and capability with similar projects (at least three examples within the past six years, detailing project description, work performed, customer, satisfaction, timeliness, dollar value, and challenges).
- Business size and socioeconomic type for NAICS 236220.
- Bonding capability (Surety letter).
Submit all materials as one document via email to Julie Maxwell at Julie.Maxwell@usace.army.mil. Include "W9123826S0017" in the subject line.