Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, IA. This Unrestricted Invitation for Bid (IFB) seeks a contractor for significant flood protection infrastructure. The estimated project value is between $25,000,000 and $100,000,000. Bids are due March 18, 2026, at 1:00 PM CST.
Scope of Work
The project encompasses comprehensive construction activities including:
- Site demolition, clearing, grubbing, stripping, and removal of pavements, levees, and utilities.
- Construction of rigid and flexible pavements, storm sewers, manholes, and catch basins.
- Installation of a cast-in-place concrete floodwall, storm sewer outlets, gate wells, geotechnical instrumentation, and relief wells.
- Trench and toe drains, and the construction of a pump station.
- Detailed plans include typical trail cross-sections for the floodwall and architectural/aesthetic plans for the pump station. Reference plans for the 16th Avenue Bridge reconstruction are also provided.
Contract Details
- Contract Type: Firm Fixed-Price Invitation for Bid (IFB)
- Estimated Value: $25,000,000 to $100,000,000
- Period of Performance: 970 consecutive calendar days from Notice to Proceed.
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Size Standard: $45,000,000
- Set-Aside: Unrestricted
- Requirements: Bid Guarantee (20% of bid price or $3M, whichever is less), Performance and Payment Bonds.
- Project Labor Agreement (PLA): The PLA requirement has been removed via Amendment 0003.
Key Dates & Submission
- Site Visit: December 02, 2025, at 9:00 AM CST (RSVP by November 28, 2025, to Matthew Hosford).
- Questions Due (via ProjNet): March 02, 2026, at 2:00 PM CST.
- Bids Due: March 18, 2026, at 1:00 PM CST.
- Bid Opening: March 18, 2026, at 2:00 PM CST.
- Submission: Bids must be submitted electronically via email.
Amendments & Important Notes
This opportunity has undergone several amendments. Amendment 0003, posted February 15, 2026, is the most recent, removing the PLA requirement, re-establishing new bid and Q&A deadlines, and updating plans and specifications. Due to file size limitations, not all necessary files are posted on SAM.gov. Interested bidders must email Samantha Johanson (samantha.k.johanson@usace.army.mil) and Brunson Grothus (brunson.e.grothus@usace.army.mil) to receive a link to the full solicitation with specifications and Attachment J-2 Plan Set - VOL 401 Floodwall via DoD SAFE. Amendment 0003 also includes updated wage determinations and revised sections for pricing, submittal procedures, surveys, earthwork, and various drawings.