Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOURCES SOUGHT

Y -- USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California

Notice Date
12/10/2025 1:41:07 PM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123826S0007
 
Response Due
1/13/2026 10:00:00 AM
 
Archive Date
01/28/2026
 
Point of Contact
Antonina Beal, Phone: 9165577543, Julie Maxwell, Phone: 9165577989
 
E-Mail Address
antonina.beal@usace.army.mil, julie.maxwell@usace.army.mil
(antonina.beal@usace.army.mil, julie.maxwell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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, furnish and install of the new advanced electric and natural gas meters and a Centralize Utility Monitoring Station at Defense Distribution Depot San Joaquin (DDJC) Tracy, California. This monitoring station includes an advanced meter monitoring and data management system that shall export meter data via Extensible Markup Language (XML) and Simple Object Access Protocol (SOAP) for staff to monitor usage, equipment functionality, and data management. The potential requirement may result in a firm-fixed-price solicitation issued approximately in February 2026. If solicited, the Government intends to award the anticipated requirement by approximately July 2026. The Government estimates that design and construction of the potential requirement can be completed within nine hundred (900) calendar days from receipt of Notice to Proceed. 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 Notice. In accordance with Federal Acquisition Regulation (FAR) 36.204(g) the Government currently estimates the magnitude of construction for the potential project is: (g) between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237130 -Power and Communication Line and Related Structures Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,000,000.00 in annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1NZ � Construction of Other Utilities. 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, FAR 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent 15% 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 self-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 primary 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, whether a Project Labor Agreement (PLA) was used, 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@usace.army.mil by 10:00 a.m. (PT) on Tuesday January 13, 2026. Please include the Sources Sought Notice number, W9123826S0007 in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2d4beb9511d541f4bc8924769ff9a5b2/view)
 
Place of Performance
Address: Tracy, CA 95304, USA
Zip Code: 95304
Country: USA
 
Record
SN07662530-F 20251212/251210230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.