This Sources Sought Notice is being issued for market research purposes to determine the interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. 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. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice.
GENERAL SCOPE:
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for a design-bid-build and design-build (DBB/DB) construction requirements resulting in the award of a Multiple Award Task Order Contracts (MATOC). The potential MATOC will support SPK's needs for construction contracts with a total capacity of $99M over a five-year period.
The MATOC will support a wide range of vertical and incidental horizontal design-build (DB) design-bid-build (DBB) requirements to include but not necessarily limited to construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. Anticipated work may include the following:
New facilities to include but not limited to: Access Control Points, water tower, and pavements
Repair and renovation of existing facilities to include but not limited to administrative buildings, training rooms, interior/exterior repairs, roofing, building mechanical systems (e.g. HVAC)
Utility Infrastructure to include but not limited to water lines, sewer lines, roads, electrical, and communication
Inground Utilities
If solicited, the Government intends to award the anticipated requirement by approximately July 2026.
In accordance with Federal Acquisition Regulation (FAR) 36.204(g), the Government currently estimates the magnitude of construction for the potential projects are between $500,000.00 and $10,000,000.00. Contractors will be required to maintain sufficient bonding to cover the value of all awarded task orders.
The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 236220, Commercial and Institutional Building Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1JZ, Construction of Miscellaneous Buildings.
PROJECT LOCATIONS:
Primary: The following Army installations: MOTCO, Presidio of Monterey, Camp Roberts, Fort Hunter Liggett, Camp Parks, and DDJC Tracy.
Secondary: Sacramento District (SPK) area of responsibility. The states within the SPK boundaries are California (CA)and Utah (UT).
RESPONSES:
Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the projects described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the primary point of contact listed below.
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, and contact e-mail address, and a statement identifying company’s interest in bidding on the solicitation when it is issued.
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. Must have at least one project with DB, and one project with DBB. 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) Contractor's capability to perform/manage three (3) or more construction contracts simultaneously.
5) Contractor's Joint Venture information if applicable - existing and potential.
6) Bonding capability individual and aggregate (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. Telephone inquiries will not be accepted or acknowledged.
Please provide responses and/or questions by e-mail to the Contract Specialist, Melita Doyle, at (melita.s.doyle@usace.army.mil) by 1400 (PT) 05 June 2025.
Please include the Sources Sought Notice number, ‘W9123825S0017’ in the e-mail subject line.