Opportunity

SAM #W9127N26Q1BKW

Sole Source Study: Yakama Nation Tribal Housing Displacement Assessment

Buyer

U.S. Army Corps of Engineers

Posted

April 17, 2026

Respond By

May 03, 2026

Identifier

W9127N26Q1BKW

NAICS

541720

This opportunity involves a sole-source contract by the US Army Corps of Engineers (USACE), Portland District, for a study on the displacement of Yakama Nation tribal housing and villages due to dam construction. - Sole-source contract to the Yakama Nation for a specialized ethnographic study - Focus on impacts from Bonneville, The Dalles, John Day, and McNary Dams - Study includes compiling oral histories, biographical sketches, and tribal archival research - Requires unique cultural expertise and access to confidential tribal information - Work covers affected regions in Washington and Oregon - No other OEMs or vendors are involved; NAICS code is 541720 (Research & Development in Social Sciences & Humanities) - Not a competitive solicitation; only the Yakama Nation can fulfill the requirement - Place of performance includes federal reservoirs and counties in WA and OR, with contracting office in Portland, OR

Description

SPECIAL NOTICE: In compliance with RFO 5.101 coupled with the guidance set forth by RFO DFARS PGI 206.103-170(d) this Notice for Request for Information is hereby published to inform on the following:

The US Army Corp of Engineers (USACE), Portland District intends to award a sole-source contract to Yakama Nation. In accordance with section 8113 of WRDA, The U.S. Army Corps of Engineers shall conduct an examination and assessment of the extent to which Indian villages housing sites and related structures were displaced or destroyed by the construction of Bonneville, The Dalles, John Day, and McNary Dams.  Work includes compiling ethnographic information with a focus on Yakama Nation membe's use of the study area prior to and during the periods of construction of Bonneville, The Dalles, John Day, and McNary Dams. The study area is defined as the areas between Bonneville Dam, upriver to include the reservoir impounded by McNary Dam (Study Area). The study will focus on the Yakama Nation occupants; describe their habitations, living conditions, and livelihoods in the Study Area during the 20th century. This study will identify those Yakama Nation members who once lived in the area and were displaced by dam construction and provide short biographical sketches of their lives based on the oral histories and tribal archival materials. This data will assist USACE in their findings and determinations for the Displacement Assessment Report, in addition to providing a personal view of the important resources used by Yakama Nation Tribal members. The information provided by the tribes will be used to inform the Displacement Assessment Report.  The study area is in the Bonneville, The Dalles, John Day and McNary Reservoirs in Klickitat, Benton, Franklin, Skamania, and Walla Walla Counties, Washington, and Sherman, Gilliam, Morrow, Wasco, Multnomah, and Umatilla Counties, Oregon.  The requirement requires cultural expertise and access to unique and potentially confidential information held only by the Confederated Tribes and Bands of the Yakama Nation; a federally recognized tribe as identitified in 84 Federal Register 1200. The statutory authority for this non-competitive acquisition is RFO 12, Simplified Procedures for Commercial Services.

A SOLICITATION WILL NOT BE POSTED. 

The Government intends to proceed with this sole source action. The NAICS code is 541720 - Research & Development in Social Sciences & Humanities. The size standard is defined by the US Small Business Adminsitration as $28-million. 

THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. All responsible sources may submit a capability statement, proposal, or quote to the Contracting Officer before the notice end date. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely with the discretion of the Government.  Electronic responses to questions shall be submitted via email to Jaren.L.Bowman@USACE.Army.Mil. The US Army Corps of Engineers is not responsible for any costs incurred by responding to this notice. If no affirmative written responses are received by the closing of this notice, an award will be made without further notice

SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SPECIAL NOTICE: 

1.    Business name, point of contact name, email address, and phone number. 2.    CAGE code and UEI number. 3.    In the event that the organization is a small business, state the category of small business, such as: 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business or SDVOSB. 4.    Statement of Capability (SOC): Discuss skills, knowledge, equipment, license, or permission requirement to perform the above requirement. 5.     A copy of license, permission, or any documents pertaining to permission shall be submitted with the SOC for the Government's verification.

Contracting Office Address:  US Army Corps of Engineers, Portland District ATTN: CECT-NWP-S  333 SW 1st Avenue  Portland, OR 97204  Point of Contact for questions concerning this notice: Jaren Bowman, Contract Specialist Jaren.L.Bowman@USACE.Army.Mil 

View original listing