John Day Transportation and Site Access

SOL #: W9127N26RA008Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST PORTLAND
PORTLAND, OR, 97204-3495, United States

Place of Performance

Rufus, OR

NAICS

Highway (237310)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 6, 2025
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Jan 30, 2026, 10:00 PM

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, Portland District (USACE-NWP) is soliciting proposals for the John Day Transportation and Site Access project at the John Day Dam in Rufus, OR. This is a Total Small Business Set-Aside for a two-phase design-build contract to improve site access and infrastructure. Phase One proposals are due January 30, 2026, by 02:00 PM local time.

Scope of Work

This project involves the design and construction of transportation and site access improvements to support future turbine rewind and generator replacement (TRGR) work. Key elements include:

  • Designing and building a new Access Control Point (ACP).
  • Reconfiguring existing roads and designing new roadways and parking lots to accommodate oversize vehicles.
  • Constructing a new Auxiliary Monitoring Station (AMS) building and a security guard booth with an inspection canopy.
  • Developing stormwater management systems, site clearing, grading, trenching, and utility installations.
  • Installing new irrigation systems and site security fencing.
  • Designing and constructing a water tank structure.
  • Providing electrical and sewer connections for future TRGR construction trailers.
  • Ensuring compliance with Antiterrorism and Force Protection (ATFP) requirements.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude of Construction: Between $10,000,000 and $25,000,000
  • NAICS Code: 237310 – “Highway, Street, and Bridge Construction” (Size Standard: $45M)
  • PSC: Y1AZ – “Construction Of Other Administrative Facilities And Service Buildings”
  • Period of Performance: 10 days to commence work after Notice to Proceed, 1204 calendar days to complete.

Set-Aside & Eligibility

This is a Total Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM). Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to contract award for Phase 2 evaluation.

Submission & Evaluation

This is a two-phase procurement process.

  • Phase One Proposals Due: January 30, 2026, by 02:00 PM local time.
  • Proposals must be submitted electronically via email to Nicholas.E.Weaver@usace.army.mil.
  • Phase One Evaluation Factors: Past Performance (most important) and Technical Approach (least important). No cost or pricing information is to be submitted in Phase One.
  • Phase Two Evaluation Factors: Past Performance, Management Approach, Preliminary Design, and Technical Approach.
  • A Best Value Tradeoff source selection process will be used.

Additional Information

The solicitation has been amended to include drawings and a Past Performance Questionnaire (PPQ). The PPQ (Attachment B) is critical for demonstrating past performance for projects not covered by CPARS. Conceptual site plans (JDTSA Preliminary Draft Set.pdf) are provided for reference. All inquiries must be submitted via ProjNet.

People

Points of Contact

Files

Files

Download

Versions

Version 6
Solicitation
Posted: Feb 18, 2026
View
Version 5
Solicitation
Posted: Jan 28, 2026
View
Version 4Viewing
Solicitation
Posted: Jan 14, 2026
Version 3
Solicitation
Posted: Dec 30, 2025
View
Version 2
Pre-Solicitation
Posted: Dec 4, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 6, 2025
View