SOLICITATION NOTICE
Z -- Cottonwood Pile Dike Repairs
- Notice Date
- 1/26/2026 10:14:19 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N26BA005
- Response Due
- 2/9/2026 3:00:00 PM
- Archive Date
- 02/24/2026
- Point of Contact
- Justin Figueredo, Christopher Burroughs
- E-Mail Address
-
Justin.F.Figueredo@usace.army.mil, christopher.d.burroughs@usace.army.mil
(Justin.F.Figueredo@usace.army.mil, christopher.d.burroughs@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 Cottonwood Pile Dikes located between River Mile 68 and River Mile 72 on the Lower Columbia River in Cowlitz County, Washington. Project Scope: The project is located between River Mile 68 and River Mile 72 on the Lower Columbia River in Cowlitz County, Washington. The project allows for focused, cost-effective repairs to select sections of individual structures. Repair areas are limited to sections of pile dikes that have experienced loss of all, or the majority of, visible piles to the extent that hydraulic function is assumed to be severely compromised. The work includes enrockment repair/enhancement areas at ten pile dikes and a shore connection with an offset pile dike at five of the pile dikes. The offset pile dikes and shore connection are in areas where there is visual evidence of shoreline erosion and a lack of sufficient remnant shore connection and the potential for additional erosion exists. The enrockment repair/enhancement sections in repair areas are offset a sufficient distance from the existing pile line to allow for placement of stone without removal of any pile. All debris within the rock placement areas that would interfere with stone placement shall be removed prior to stone placement. Debris will be removed from the site and disposed of at an approved upland facility. Debris removal requirements will be based on pre-construction high resolution multi-beam bathymetric survey data. 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 $10,000,000.00 and $25,000,000.00 (Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude). Set Asides and Codes: This is a Total Small Business Set-Aside. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 � �Other Heavy and Civil Engineering Construction�. The related size standard is $45.0 million. 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 on or about 20 March 2026. The tentative date for receipt of proposals is on or about 21 April 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. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM.GOV ON OR ABOUT 20 MARCH 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4f485c43c6ac4e77a5b41dde7e8a32b6/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN07696740-F 20260128/260126230035 (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 |