John Day Transportation and Site Access

SOL #: W9127N26RA008Pre-Solicitation

Overview

Buyer

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

Place of Performance

Rufus, OR

NAICS

Commercial and Institutional Building Construction (236220)

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
Response Deadline
Dec 15, 2025, 7:00 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. This is a Total Small Business Set-Aside for a two-phase design-build contract to improve site access and infrastructure at the John Day Dam in Rufus, OR. Proposals are due by March 6, 2026.

Scope of Work

This project involves the design and construction of significant transportation and site access improvements. Key elements include a new public access road, modification of the existing road from Interstate 84 to the dam, additional contractor staging space, a new guard station building, a new canopy, and a new Auxiliary Monitoring Station (AMS) building. The scope also covers providing electrical and sewer connections for future construction trailers. These improvements are critical for the upcoming turbine rewind and generator replacement (TRGR) project, aiming to ease heavy equipment access, enhance traffic flow, and increase safety and accessibility for all site users. The project magnitude is estimated between $10,000,000 and $25,000,000.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price (FFP) Design-Build
  • Set-Aside: Total Small Business Set-Aside
  • NAICS Code: 237310 – Highway, Street, and Bridge Construction (Size Standard: $45M)
  • PSC: Y1AZ – Construction of Other Administrative Facilities and Service Buildings
  • Period of Performance: 1204 calendar days to complete after notice to proceed.
  • Proposal Due: March 6, 2026, at 2:00 PM Pacific Time (extended by Amendment 0002).
  • Published: February 18, 2026 (latest amendment).

Evaluation

This is a two-phase procurement using a Best Value Tradeoff source selection process.

  • Phase One evaluation focuses on Past Performance (most important) and Technical Approach (least important).
  • Phase Two evaluation considers Past Performance, Management Approach, Preliminary Design, and Technical Approach.
  • CMMC Level 2 (Self) is required prior to contract award for Phase 2 evaluation.

Key Documents & Notes

  • Attachment B_PPQ: A Past Performance Questionnaire is provided for projects not covered by CPARS. Offerors must ensure clients complete and submit this form.
  • JDTSA Preliminary Draft Set: Conceptual site plans and axonometric views are available for reference, though subject to change.
  • All inquiries must be submitted via ProjNet. Offerors must be registered in SAM. The Government reserves the right to cancel the solicitation.

Contact Information

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

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