USACE SPK DBB Construction - Natomas PP5, Sacramento, CA
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) Sacramento District (SPK) is conducting market research via a Sources Sought Notice for a potential Design-Build-Build (DBB) construction requirement for a new Pumping Plant 5 (PP5) facility in Sacramento, CA. This project is estimated between $25,000,000 and $35,000,000. Responses are due by April 24, 2026, at 10:00 a.m. PT.
Scope of Work
This potential requirement involves the construction of a new pumping plant facility as part of the American River Common Features, Natomas Basin Project. The existing PP5, located in Reach B along the Sacramento River, will be demolished, and a new facility will be constructed approximately 300 feet up the canal. The new PP5 is designed to discharge drainage from the West Drainage Canal to the Sacramento River. Project constraints include flood season restrictions (October 1 - April 14) and specific work windows for Giant Garter Snake and in-water work (May 1 - September 30).
Contract & Timeline
- Type: Sources Sought (for market research); potential future Firm-Fixed-Price solicitation.
- Estimated Value: $25,000,000 - $35,000,000
- NAICS: 237990, Other Heavy and Civil Engineering Construction (Size Standard: $45.5M)
- PSC: Y1LC, Construction of Tunnels and Subsurface Structures
- Anticipated Solicitation Release: May 2026
- Anticipated Award: September 30, 2026
- Estimated Construction Duration: 880 calendar days from Notice to Proceed
Set-Aside & Participation
This acquisition may be set aside for small businesses if at least two responsible small business concerns are identified. Both small businesses and other than small businesses are encouraged to submit capability statements. If set aside, FAR 52.219-14, Limitations on Subcontracting, will apply, requiring general construction small business contractors to self-perform at least 15% of the cost of the contract, excluding materials.
Capability Statement Requirements
Responses must be limited to ten (10) 8.5 x 11-inch pages (minimum 10pt font) and include:
- Company information (name, SAM UEI/EIN, address, POC, union/non-union status).
- Experience with at least three (3) comparable projects within the past six (6) years, detailing scope, self-performance/subcontractor management, customer satisfaction, timeliness, value, and challenges.
- Business size and socioeconomic type for NAICS 237990.
- Bonding capability (Surety letter).
Submission Details
Submit all capability statements and questions via email to Antonina Beal (Antonia.Beal@usace.army.mil) by 10:00 a.m. PT on Friday, April 24, 2026. Include the Notice number W9123826S0018 in the email subject line.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation. Responses will not be considered an offer and will not restrict the Government's acquisition approach. Respondents will not be notified of review results.