USACE SPK DBB Construction - Natomas NPP Renovations - 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 a Sources Sought market research to identify qualified businesses for Natomas Named Pumping Plants (NPP) Renovations in Sacramento, CA. This construction project is estimated between $10M and $15M. Responses are due by May 19, 2026, at 8:00 AM Pacific Time.
Purpose
This is a Sources Sought notice for market research only, not a solicitation. Its purpose is to gauge industry interest, capabilities, and qualifications, including those of small businesses (Small Business, 8(a), HUBZone, SDVOSB, WOSB), for an anticipated Firm-Fixed Price construction contract. Responses will inform the acquisition strategy.
Project Scope
The project involves renovating three pumping stations (Elkhorn, Riverside, and Pritchard Pumping Plants) in the Natomas region. The primary work includes removing existing discharge pipes that pass through the levee and installing new discharge piping that will traverse over the levee. Specific tasks at each plant include levee excavation, pipe removal and installation, levee embankment backfill, pavement replacement, and installation of vacuum systems and fiber optic/underground conduits. Minimum Technical Requirements: Contractors must be capable of performing levee improvement projects and sequencing work for pipe removal and raising. Known Challenges: Environmental concerns related to Giant Garter Snake (GGS) habitat and potential cultural considerations. CMMC Requirement: Level 1 Self Certification will be required.
Contract Details
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Acquisition Method: FAR Part 14, Sealed Bidding
- Estimated Magnitude: $10,000,000 to $15,000,000
- Estimated Duration: 780 calendar days from Notice to Proceed, sequenced over three years (one plant per construction season).
- Anticipated Solicitation Issuance: July 2026
- NAICS Code: 237110 - Water and Sewer Line and Related Structures Construction
- PSC: Z2NE - Repair or Alteration of Water Supply Facilities
Response Requirements
Interested prime contractors and subcontractors are highly encouraged to respond. Subcontractors should identify their interested features of work and socio-economic category. Submission Method: Responses must be submitted ONLY via the official online Market Survey Form. Email or other methods will not be accepted. Deadline: May 19, 2026, at 8:00 AM Pacific Time. Online Form Link: https://forms.osi.apps.mil/r/LL0im1rXtg It is recommended to review questions and prepare responses offline before using the form.
Additional Notes
A map, "Natomas NPP Map - 20260309.pdf," is available, illustrating the geographical scope and key locations (Pritchard Lake PP, Elkhorn PP, Riverside PP, Reach B, Reach C) relevant to the project. This notice is for planning purposes only; not responding does not prevent future participation.