Columbia & Lower Willamette Rivers Pipeline Dredging
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 (USACE) Portland District is conducting market research through a Sources Sought announcement to identify qualified and interested parties for pipeline dredging services for the Columbia and Lower Willamette Rivers Navigation Project in Oregon and Washington. This effort aims to maintain critical navigation channels. Responses are due January 23, 2026.
Scope of Work
The requirement involves maintaining the Columbia River (43-foot deep, 600-foot-wide channel) and Willamette River (40-foot deep channel) navigation projects. Key activities include:
- Pipeline dredging operations and maintenance.
- Material placement, site preparation, and maintenance.
- Related support activities for the C&LW Navigation Project.
- Average annual dredging of 2.5 to 4 million cubic yards of material from depths between 20 and 48 feet CRD.
- Contractor must provide all support vessels, barges, equipment (including shore equipment), dedicated hydro and land survey capability, floating and shore pipe, and dredge/placement crews.
- Operations must support daily production rates of 18,000-25,000 cubic yards, operate in challenging river conditions (currents, wind, waves), and handle diverse material (sand, gravel, pumice, debris).
- Pumping capabilities up to 2 miles with extensive discharge pipeline requirements (12,000 ft conventional, 8,000 ft floating, 900 ft submersible).
- Placement methods include deep water, shallow water, shoreline, new islands, and confined upland sites.
- Annual maintenance dredging is required from June 1 to at least December 31, with year-round availability for emergency response.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 237990 – Dredging and Surface Cleanup Activities (Size Standard: $37M, with 40% self-performance rule for small businesses)
- Anticipated Duration: Minimum 5 years, with a preference for over 10 years, starting October 1, 2027.
- Set-Aside: None specified (market research stage, responses requested regardless of business size).
- Response Due: January 23, 2026, by 3:00 PM Pacific Standard Time.
- Published: January 9, 2026.
Submission Requirements
Interested parties should submit a concise response (maximum six pages) including:
- Firm's name, address, point of contact, phone, and email.
- CAGE code and Unique Entity ID (UEI).
- Business classification (e.g., Small Business, Large Business).
- A capability statement detailing the firm's ability to meet requirements, including specific dredge plant to be used and its current location.
Additional Notes
This is for informational and market research purposes only and does not constitute a commitment by the Government to award a contract. Responses will inform planning and potential future solicitations. Prior Government contract work is not required. All interested parties must be registered in SAM.gov for size status consideration.