Project Description: DDJC Tracy Fire Alarm and Mass Notification Upgrade
Anticipated Posting Date: 07 October 2025
Sources Sought Number: W9123826RA002
SAM Posting Title: USACE SPK DB Construction – DDJC Tracy Fire Alarm and Mass Notification Upgrade – Tracy, CA
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.
The United States Corps of Engineers (USACE) Sacramento District (SPK) is conducting market research by requesting feedback from the construction community addressing the potential use of PLAs and to obtain data on the recent history of construction projects in the local labor market of the project under consideration.
GENERAL SCOPE:
The contractor will be required to provide all labor, material, equipment, and supervision to design, supply, and replace/combine the existing fire alarm controls (Gamewell), mass notification/voice evacuation (Federal Signal), and radio transceiver (King Fisher) into one panel for each building/warehouse (~49 ea). Contractor will also replace the existing central receiving system in the Central Dispatch (Building 235) to receive signal from the new panels, including a backup receiving system in Building 100.
The potential requirement may result in a firm-fixed-price solicitation issued approximately February 2026. If solicited, the Government intends to award the anticipated requirement by approximately August 2026.
The Government estimates that design and construction of the anticipated requirement can be completed within 1,120 calendar days. If market conditions indicate 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.
In accordance with DFARS 236.204(ii), the estimated magnitude of construction is expected to be between $25,000,000 and $100,000,000.
The North American Industrial Classification System (NAICS) Code for this potential requirement is anticipated to be 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $19,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be N063, Installation of Equipment – Alarm, Signal, and Security Detection Systems.
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, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to perform the percent 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 and/or Subcontractor management) are invited to provide 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:
- Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact, phone number, and e-mail address.
- 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.).
- 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)).
- 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.
PROJECT LABOR AGREEMENTS – Executive Order 14063, Use of Project Labor Agreements for Federal Construction Projects, issued 04 February 2022, required the use of PLAs in connection with large-scale construction projects (defined as projects where the total cost to the Federal Government of the project is at least $35 million) to promote economy and efficiency in Federal procurement, unless an exception applies, as provided by FAR 22.504(d). Please fill out the attached questionnaire and provide it along with your capabilities statement in response to this Sources Sought Notice.
Please provide responses and/or questions by e-mail to the Contract Specialist, Jessica Padilla, at Jessica.Padilla@usace.army.mil by 1000/10:00 a.m. (PST) Thursday, 06 November 2025.
Please include the Sources Sought Notice number, ‘W9123826RA002’ in the e-mail subject line.