Opportunity

SAM #W9127N26BA016

USACE Portland District Solicitation for Miller-Rice Pile Dike Construction and Repair

Buyer

USACE Portland District

Posted

May 05, 2026

Respond By

May 19, 2026

Identifier

W9127N26BA016

NAICS

237990

The U.S. Army Corps of Engineers (USACE), Portland District, is seeking contractors for the construction and repair of the Miller-Rice Pile Dikes on the Columbia River in Wahkiakum County, Washington. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Portland District - Scope of Work: - Construction and repair of pile dikes between River Mile 22 and River Mile 25 - Enhancement and connection of enrockments for PD 23.82 and PD 23.71 - Repair and enhancement of PD 24.63 - Raising and connecting enrockment crests - Construction of new rock scour aprons - Installation of 8 new steel hazard marker piles (24-inch diameter, 1/2-inch wall thickness) with navigation hazard signs - Contract Details: - Single fixed-price contract - Full and open competition - NAICS 237990 (Other Heavy and Civil Engineering Construction) - Estimated value: $25 million to $100 million - Notable Requirements: - Compliance with CMMC Level 1 (Self) cybersecurity standards - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Place of Performance: - Columbia River, Wahkiakum County, Washington (near Cathlamet) - Contracting office located in Portland, Oregon

Description

The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed-price proposal for this project. This PRESOLICITATION announcement is for the construction/repair of the Miller-Rice Pile Dikes located between River Mile 22 and River Mile 25 on the Columbia River in Wahkiakum County, Washington.

Project Scope: The project consists of enhancing and connecting the enrockments of PD 23.82 and PD 23.71 and repairing and enhancing PD 24.63. The enrockment for PD 23.71 and PD 23.81 will be raised uniformly and enhanced to connect the two pile dikes.

The repair and enhancement of the centerline of PD 24.63 will be approximately 10 feet downstream (west) of the existing pile dike piles centerline. This placement allows for enhanced enrockment construction without the need for removal of existing piles. The offset placement of the enhanced enrockment may also allow for phased placement over time as the existing pile dike continues to degrade. Furthermore, locating the enhanced enrockment slightly downstream eliminates the need for removal of large amounts of debris on the upstream side of the existing pile dike.

The enhanced enrockment crest will be raised from an existing elevation of approximately El. -15 feet NAVD88 to El. -5 feet NAVD88. For the northern (nearshore) portion of the dike, from Sta. 1+00 to Sta. 0+25 the enhanced enrockment crest will slope downward from El. -5 feet NAVD88 to El. -12 feet NAVD88, from Sta 0+25 to 0+04 the enhanced enrockment crest will have an El. of -12 feet NAVD88. The northern (nearshore) end of the enhanced enrockment will terminate in 14 foot wide by 4-foot-thick rock scour apron. For the southern (offshore) 480 feet of the dike (Sta. 8+00 to 12+80), the crest will slope downward from El. -5 feet NAVD88 to El. -16 feet NAVD88 at the offshore end where it will tie into the existing enrockment at a 2H:1V slope. The enhanced enrockment will have an 8-foot crest width and 1.5H:1V side slopes.

The design includes construction of 8 new hazard marker piles to designate the locations of the submerged enrockments.  The new hazard marker piles are driven mono pile structures.  Hazard marker pile design is a steel pipe monopile with a diameter of 24 inches, and a wall thickness of ½ inch. The hazard marker pile will have a 3-foot by 3-foot navigation hazard sign affixed to the top. The top of the pile is positioned at 20 feet NAVD88.

Acquisition Strategy: The solicitation will be an Invitation for Bid (IFB). Award will be made to the lowest priced, responsible, and responsive offeror. This acquisition will result in a single fixed-price contract.

Magnitude of Construction: The estimated cost of the project is between $25,000,000.00 and $100,000,000.00.

Set Asides and Codes: This requirement would be solicited as “Full and Open”. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 – “Other Heavy and Civil Engineering Construction”. The PSC is Z2QA REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE).

Bid Procedures: The solicitation will be posted on SAM.GOV website once it is issued.

Bid Period: The solicitation is tentatively scheduled for release in July 2026. The tentative date for receipt of proposals will be in September 2026.

Plans and Specifications: The Plans and Specifications will also be posted on beta.SAM.gov website once it is issued.

System for Award Management (SAM): Offerors must register in the SAM at: https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award.

Cybersecurity Maturity Model Certification (CMMC) level: The CMMC level anticipated for this requirement is CMMC Level 1 (Self). This CMMC level, or higher (see 32 CFR part 170), will be required prior to award and maintained for the duration of the contract for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract.

THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM.GOV IN JULY 2026. THIS NOTICE IS NOT AN INVITATION FOR BIDS, AND ANY BIDS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.

THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.

View original listing