John Day Transportation and Site Access
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, Portland District, has issued a Solicitation (RFP) for the John Day Transportation and Site Access project at the John Day Dam in Rufus, OR. This Total Small Business Set-Aside is for a two-phase design-build contract to improve site access and infrastructure. Proposals are due February 20, 2026, at 2:00 PM Pacific Time.
Scope of Work
This project involves the design and construction of significant transportation and site access improvements to support the future turbine rewind and generator replacement (TRGR) project. Key elements include:
- Designing and building a new public access road.
- Modifying existing roads, including widening a curve near Interstate 84, to accommodate oversized vehicles.
- Creating additional contractor staging areas.
- Constructing a new guard station building, canopy, and an Auxiliary Monitoring Station (AMS) building.
- Providing electrical and sewer connections for future TRGR construction trailers.
- Implementing stormwater management, site clearing, grading, trenching, utility installation, irrigation systems, and site security fencing.
- Designing and constructing a water tank structure.
- Ensuring compliance with Antiterrorism and Force Protection (ATFP) requirements.
Conceptual site plans are available for reference, showing proposed layouts and modifications.
Contract Details
- Contract Type: Single Firm-Fixed-Price (FFP)
- Magnitude: Between $10,000,000 and $25,000,000
- Period of Performance: 1204 calendar days
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237310 – Highway, Street, and Bridge Construction (Size Standard: $45M)
- PSC: Y1AZ – Construction of Other Administrative Facilities and Service Buildings
Acquisition & Evaluation
This is a two-phase design-build procurement.
- Phase One Evaluation: Based on Past Performance (most important) and Technical Approach (least important). No cost or pricing information is submitted in Phase One.
- Phase Two Evaluation: Considers Past Performance, Management Approach, Preliminary Design, and Technical Approach.
- A Best Value Tradeoff source selection process will be used.
- Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to contract award for Phase 2 evaluation.
Submission & Deadlines
- Proposal Due Date: February 20, 2026, at 2:00 PM Pacific Time.
- Submission Method: Electronically via email to the Primary Point of Contact.
- Inquiries: Must be submitted via ProjNet.
- Past Performance: Offerors must submit a Past Performance Questionnaire (PPQ) for projects not covered by CPARS.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- Primary Contact: Nicholas Weaver, Nicholas.E.Weaver@usace.army.mil.