Closed Solicitation · DEPT OF DEFENSE

    USACE SPK DBB CONSTRUCTION -EROSION CONTROL AND LEVEE STRENGTHENING PROTECTIONS ALONG THE NORTH AND SOUTH (NS) BANKS OF THE LOWER AMERICAN RIVER (LAR) IN SACRAMENTO, CALIFORNIA (CA)

    Sol. W9123825RA0007PresolicitationSACRAMENTO, CA
    Closed
    STATUS
    Closed
    closed Oct 31, 2025
    POSTED
    Oct 15, 2025
    Publication date
    NAICS CODE
    237990
    Primary industry classification
    PSC CODE
    Y1LC
    Product & service classification

    AI Summary

    The USACE Sacramento District is seeking contractors for erosion control and levee strengthening along the Lower American River in Sacramento, California. This design-bid-build project is expected to be solicited on October 31, 2025, with an estimated construction duration of 760 days. The project magnitude is between $25 million and $100 million, and it may be set aside for small businesses if competition allows.

    Contract details

    Solicitation No.
    W9123825RA0007
    Notice Type
    Presolicitation
    Posted Date
    October 15, 2025
    Response Deadline
    October 31, 2025
    NAICS Code
    237990AI guide
    PSC / Class Code
    Y1LC
    Primary Contact
    Henry Barron
    State
    CA
    ZIP Code
    95814-2922
    AI Product/Service
    service

    Description

    The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to conduct erosion control and levee strengthening protections along the North and South (NS) banks of the Lower American River (LAR) in Sacramento, California (CA).

    The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for design-bid-build (DBB) construction services to conduct erosion control and levee strengthening protections along the North and South (NS) banks of the Lower American River (LAR) in Sacramento, California (CA). This project includes multiple sites.

    The anticipated project is required to continue American River Common Features (ARCF) erosion reduction efforts along the LAR. Prior efforts were awarded under USACE contract Nos. W9123822C0007 ARCF LAR Contract 1, W9123822C0012 ARCF LAR Contract 2, and W9123824C0014 LAR Contract 3A(C3A). The anticipated forthcoming requirement is referred to as “LAR C3B” (Contract 3B).

    The Government anticipates work will be required along the North and South (NS) banks of the American River to reduce the risk of levee failure by erosion during extreme flow events. North work (project Sites 3-1 and 4-2) is anticipated to include constructing launchable rock toe, launchable trench, and bank protection along approximately 1.8 miles of river, located on the right bank, which roughly extends from Howe Ave upstream to near Harrington Way. South work (Site 4-1) is anticipated to include constructing launchable rock toe, launchable trench, bank protection, and tie backs along approximately 1.5 miles of river, located on the left bank, which roughly extends from Watt Ave upstream to near Mayhew Drain.

    The Government anticipates work on both banks will include excavating, placement, and regrading of material on the riverbank slope and levee embankment, installation of soil-filled rock slope protection on the waterside levee face and riverbank, soil and rock placement to construct river toe protection and planting bench features, instream wood structure placement on the planting benches, construction of buried launchable trench features in the overbank,  tie-in of erosion protection elements to existing rock revetment features, providing temporary erosion control for stabilization of disturbed soil areas, and import and placement of riprap. The Government anticipates vegetation clearing may be performed under a separate Government contract prior to erosion protection efforts.

    The Government anticipates the requirement will be fully designed. The Government estimates the anticipated requirement can be constructed within seven-hundred-sixty (760) calendar days. The Government estimates work may be completed in late Spring through Fall 2026 and 2027. The project is anticipated to require working in the active channel of the American River; in-water work is anticipated to be limited to performance from July through October.

    The potential requirement may result in a firm-fixed-price solicitation issued approximately 31 October 2025. If solicited, the Government intends to award the anticipated requirement by approximately 13 January 2026 within 60 days of solicitation. 

    The Government estimates that design and construction of the potential requirement can be completed within seven-hundred sixty (760) calendar days from receipt of Notice to Proceed.

    In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the Government currently estimates the magnitude of construction for the potential project is between $25,000,000 and $100,000,000.

    The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,500,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1PZ Construction of Other Non-Building Facilities.

    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 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 self-perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor.

    Key dates

    1. October 15, 2025Posted Date
    2. October 31, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USACE SPK DBB CONSTRUCTION -EROSION CONTROL AND LEVEE STRENGTHENING PROTECTIONS ALONG THE NORTH AND SOUTH (NS) BANKS OF THE LOWER AMERICAN RIVER (LAR) IN SACRAMENTO, CALIFORNIA (CA) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.