TULE PROPERTY CLEARING

SOL #: W9123826QA002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST SACRAMENTO
SACRAMENTO, CA, 95814-2922, United States

Place of Performance

Porterville, CA

NAICS

Site Preparation Contractors (238910)

PSC

Demolition Of Structures Or Facilities (Other Than Buildings) (P500)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Jan 30, 2026
3
Submission Deadline
Feb 11, 2026, 7:00 PM

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 Department of the Army, W075 ENDIST SACRAMENTO, has issued a Total Small Business Set-Aside solicitation for Tule Property Clearing services near Lake Success in Porterville, CA. This Firm Fixed-Price contract aims to clear encumbrances on properties adjacent to Lake Success to support the Tule River Spillway Enlargement Project. Proposals are due February 11, 2026.

Scope of Work

The contractor will be responsible for clearing various encumbrances, including the removal of old perimeter fencing (now an option CLIN), water troughs, concrete blocks, and irrigation piping. Key tasks also involve the demolition and grouting of three wells (CLINs 0007 and 0008), general refuse cleanup, and site restoration. The work requires the development of a Performance Work Plan, Quality Control Plan, Accident Prevention Plan, Activity Hazard Analysis, and a Storm Water Pollution Prevention Plan if over one acre is disturbed. Contractors must obtain all necessary permits, implement Best Management Practices for erosion and dust control, and monitor for cultural resources. Specific sites and items for removal are detailed in the Performance Work Statement and accompanying maps.

Contract & Timeline

  • Type: Firm Fixed-Price Solicitation
  • Set-Aside: Total Small Business (FAR 19.5)
  • NAICS: 238910 (Demolition Of Structures Or Facilities (Other Than Buildings))
  • Size Standard: $19,000,000.00
  • Period of Performance: A base period of 9 months (274 days) from contract award, with specific line items scheduled from March 31, 2026, to December 31, 2026.
  • Evaluation: Award will be based on Price Only.
  • Proposal Due: February 11, 2026, at 7:00 PM Z.

Key Clarifications & Requirements

Proposals must be submitted electronically via email to the listed Points of Contact. No performance or payment bonds are required. Contractors are responsible for finding their own proper disposal sites for debris. While hazardous materials are not anticipated, a plan for handling them if found is required, and work will stop if artifacts are discovered. Access to Zone 3 is via the highway with a hike or through a private residence. The solicitation includes a Wage Determination (2015-5657) outlining minimum wage rates and fringe benefits applicable under the Service Contract Act.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Solicitation
Posted: Jan 30, 2026
View
Version 7Viewing
Solicitation
Posted: Jan 29, 2026
Version 6
Solicitation
Posted: Jan 28, 2026
View
Version 5
Solicitation
Posted: Jan 26, 2026
View
Version 4
Solicitation
Posted: Jan 13, 2026
View
Version 3
Solicitation
Posted: Dec 10, 2025
View
Version 2
Solicitation
Posted: Dec 9, 2025
View
Version 1
Solicitation
Posted: Dec 9, 2025
View