- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Alameda Zone 7 PL 84-99 Repairs (Phase 2 and 3)
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: {"streetAddress":"","zip":""}. Response deadline: Mar 30, 2026. Industry: NAICS 237990 • PSC Y1PZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 237990
Description
This Procurement will be conducted under PSC CODE: Y1PZ, NAICS Code: 237990. The size standard for this code is $45,000,000. All questions should be directed to the Contract Specialist, Logan Champlin (logan.champlin@usace.army.mil).
Estimated Cost Range is between $10,000,000-$25,000,000
PROJECT TITLE: Alameda Zone 7 PL 84-99 Repairs (Phase 2 and 3)
PROJECT LOCATION: ALAMEDA COUNTY, CA
PROJECT DESCRIPTION: The Alameda Zone 7 PL 84-99 Repair project is an Operations and Maintenance project proposed by USACE to repair storm damage to flood control channels in Alameda County. Damages consisted of erosion and bank failures during a series of atmospheric rivers between December 2022 and March 2023.Work for this project is noted as ?Zone 7 Flood Control Channel, PL 84-99 Project, Phase 2 and Phase 3.?Phase 2 of the project consists of a total of 21 repair sites including four (4) sites on Arroyo de la Laguna , four (4) sites along Arroyo del Valle, four (4) sites along Alamo Canal, eight (8) sites along Arroyo, and one (1) site along Tassajara Creek. The Government estimates that this work will be completed in the summer of 2026.Phase 3 of the project consists of a total of 20 repair sites including sixteen (16) along South San Ramon Creek, three (3) sites along Alamo Canal, and one (1) site on Alamo Creek. The Government estimates that this work will be completed in the summer of 2027.The existing flood control channels typically have earthen slopes previously constructed to grades of 2H:1V, with channel heights ranging from 15-30 feet. The damaged sites vary in sizes. Repairs to damaged sites will restore the slopes to original grade prior to the storm damages. Earthwork will start with excavation of the damaged area, removing disturbed soil and vegetation within the area. Repairs will consist of placing Rock Slope Protection (RSP) at the waterside slope toe, placing soil-filled RSP up to the 10-year water surface elevation, and restoring the upper portion of the slope with compacted backfill. After the remaining slope is backfilled and compacted above the stone protection, erosion control matting will be installed and hydroseeded. Work is to be completed from land access only to the work/repair areas.
This requirement is a TOTAL SMALL BUSINESS SET ASIDE and will be issued as an Invitation for Bids (IFB) which will result in the award of a single Firm Fixed Price (FFP) contract. The solicitation will be available on/about 31 March 2026 for viewing/downloading. ALL BIDS will be due on/about 30 April 2026 at 12:00 PM PDT. The specific date and time will be identified in the solicitation. BIDDERS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED, OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, AND/OR FINAL AWARDPROCESS. Plans and specs will not be provided in hard copy or CD format.
NOTE:
a) In preparation for prospective to submit offers when the IFB is issued, it is imperative that all prospective Offerors (including their subcontractors) must be registered in the System for Award Management (SAM - www.SAM.gov) and the Procurement Integrated Enterprise Environment (PIEE) website in order to be able to view and download solicitation information, and to submit offers.
b) Solicitation documents, plans, and specifications are only available to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.
c) Offers MUST BE submitted electronically through the PIEE website.
d) Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments.
e) See attachments -PIEE Solicitation Module Vendor Access Instructions-, -SOP PIEE Proposal Manager Offeror-, and -SOP PIEE Posting Offer- for instructions on getting access to the PIEE Solicitation Module and submitting Offeror proposals.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.