SOURCES SOUGHT
Y -- USACE SPK DBB Construction - Englebright Dam & Lake HQ Building & Maintenance Shop �Smartsville, California.
- Notice Date
- 10/21/2025 9:45:13 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123826S0002
- Response Due
- 11/12/2025 7:00:00 AM
- Archive Date
- 11/27/2025
- Point of Contact
- Antonina Beal, Phone: 9165577543, Rachel Kinney
- E-Mail Address
-
antonina.beal@usace.army.mil, rachel.kinney@usace.army.mil
(antonina.beal@usace.army.mil, rachel.kinney@usace.army.mil)
- Description
- Project Description: Englebright Dam & Lake HQ Building & Maintenance Shop Anticipated Posting Date: 21 October 2025 Sources Sought Number: W9123826S0002 Title: USACE SPK DBB Construction - Englebright Dam & Lake HQ Building & Maintenance Shop �Smartsville, California. Description: This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for Design-Bid-Build (DBB) construction services to build a new single-story, 5,000 square-foot (SF) Headquarters (HQ) building and a new single-story, 4,200 SF maintenance shop w/ storage mezzanine to support USACE administrative, ranger, and maintenance staff at H.L. Englebright Dam and Lake in Smartsville, California (CA). The HQ building is anticipated to be metal-stud construction and will include management offices, open cubicle work areas, conference room, information center, communication, mechanical and electrical rooms, restrooms, nursing room, kitchen, storage room, and copy room. The maintenance shop is anticipated to be a pre-engineered metal building and will include maintenance bays, management office, open cubicle work areas, electrical room, restroom, locker room, kitchen, tool room, and storage mezzanine. Also located at the maintenance shop will be new pre-engineered metal buildings for the equipment and hazardous material sheds. The project is also anticipated to include the demolition and removal of two (2) existing buildings and three (3) shed structures, as well as new building construction, grading, utilities, oxidation pond relining, asphaltic concrete paving, sidewalks, curbs, fencing, and landscaping. The Government estimates that construction of the anticipated requirement can be completed within seven hundred and twenty (720) calendar days from receipt of Notice to Proceed (NTP). If market conditions indicate that this estimate may be unrealistic, respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. The anticipated requirement may result in a firm-fixed-price solicitation issued approximately in December 2025. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately March 2026. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204-5(i), the Government currently estimates the magnitude of construction for this project to be between $10,000,000.00 and $25,000,000.00. The North American Industry Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45 million annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1JZ, Construction of Miscellaneous Buildings. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitation on Subcontracting, requires that general construction small business contractors self-perform at least 15% of the cost of the contract, not including the cost of materials. If no set-aside is made, the requirement will be competed with full and open competition, and the awarded Contractor will be required to perform the percentage of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above, either through self-performance or subcontractor management, are invited to submit capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit capability statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Antonina Beal, at Antonina.Beal@usace.army.mil by 1000 (PT) Wednesday, 12 November 2025. Please include the Sources Sought Notice number, W9123826S0002, in the e-mail subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1ceb4a10b16848438d47f1409d1f5a80/view)
- Place of Performance
- Address: Smartsville, CA 95977, USA
- Zip Code: 95977
- Country: USA
- Zip Code: 95977
- Record
- SN07624686-F 20251023/251021230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |