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 United States 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. This project involves the design and construction of a new Pumping Plant 5 (PP5) facility in Sacramento, CA, with an estimated magnitude between $25,000,000 and $35,000,000. The purpose is to determine the availability, capability, and interest of small business firms. Responses are due by April 24, 2026.
Project Scope
The project entails demolishing the existing PP5 in Reach B of the Natomas Basin and constructing a new facility approximately 300 feet up the canal. This is necessary to facilitate levee improvements, including seepage berms, adjacent levee work, and raising discharge pipes above the 200-year water surface elevation. Key constraints include flood season restrictions (October 1 - April 14), Giant Garter Snake work window (May 1 - September 30), and in-water work window (May 1 - September 30). Construction is estimated to be completed within 880 calendar days from the Notice to Proceed.
Anticipated Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Solicitation Type: Firm-Fixed-Price
- Anticipated Solicitation Release: May 2026
- Anticipated Award Date: September 30, 2026
- Estimated Magnitude: $25,000,000 - $35,000,000
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Small Business Size Standard: $45,500,000 annual revenue
- Product Service Code (PSC): Y1LC (Construction of Tunnels and Subsurface Structures)
Set-Aside & Subcontracting
The Government will consider a Small Business Set-Aside if at least two responsible small businesses under NAICS 237990 can provide the services at fair market prices. If set-aside, FAR 52.219-14, Limitations on Subcontracting, will apply, requiring general construction small business contractors to not pay more than 85% of the contract amount (excluding materials) to non-similarly situated subcontractors.
Response Requirements
Contractors with relevant skills, capabilities, workload capacity, and bonding ability are invited to submit Capability Statements by the deadline. Other than small businesses are also encouraged to respond. Statements must be limited to ten (10) 8.5 x 11-inch pages (minimum 10-point font) and include:
- Company information (name, SAM UEI/EIN, address, POC, phone, email, union/non-union status).
- Experience: At least three (3) comparable projects within the last six (6) years, detailing scope, self-performance/subcontractor management, customer satisfaction, timeliness, dollar value, and challenges.
- Business size and socioeconomic type.
- Bonding capability (Surety letter).
Submission Details
- Response Due Date: Friday, April 24, 2026, by 10:00 a.m. Pacific Time (PT)
- Submission Method: Email to Antonina Beal (Antonia.Beal@usace.army.mil)
- Email Subject Line: Must include Sources Sought Notice number W9123826S0018.
Important Note
This is for information and planning purposes only. It is not a solicitation, and responses will not be considered offers or proposals. No award will be made from this notice.