Miller-Rice Pile Dike Rehab
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 Department of the Army, Portland District (USACE), is conducting market research via a Sources Sought notice for the Miller-Rice Pile Dike Rehabilitation project in Cathlamet, WA. This effort aims to enhance and connect enrockments at various sections of the pile dike system on the Columbia River. This is for informational purposes only, not a request for proposal. Responses are due February 24, 2026.
Purpose & Project Scope
The government seeks to understand industry interest, capabilities, and qualifications for this project, which is anticipated to be a Firm Fixed-Price contract. The project involves the rehabilitation and enhancement of seven pile dikes (Miller-Rice Pile Dike System) located on the Columbia River in Wahkiakum County, Washington, at River Miles 22.75 to 24.63. Key objectives include enhancing and connecting enrockments at existing dikes (PD 23.71, PD 23.81, PD 24.63) to provide sediment and channel management, redirect flow, and ensure bank protection. Work will include raising enrockment crests to specific elevations (e.g., El. -5 ft to -16 ft NAVD88), creating new rock-only connections, and constructing 8 new hazard marker piles. Materials will utilize ODOT Class 1500 Riprap for armor stone.
Contract Details
- Opportunity Type: Sources Sought (Anticipated Firm Fixed-Price contract)
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction, $45.0 million size standard)
- Estimated Construction Cost: Between $25,000,000.00 and $100,000,000.00
- Set-Aside: None specified; responses are sought from large and small businesses, including 8(a), HUBZone, WOSB, SDVOSB, and VOSB firms.
- Anticipated Schedule: Advertisement in July 2026, Award in October 2026, with estimated completion by the end of calendar year 2028.
Submission Requirements
- Response Due Date: February 24, 2026, at 3:00 pm PDT.
- Format: Responses are limited to six (6) pages and must be submitted electronically.
- Required Information: Firms must provide details such as name, address, point of contact, CAGE code, UEI, bonding capacity, business category/size, explanation of capabilities, and descriptions of similar work performed. Specific questions regarding Project Labor Agreements (PLAs), skilled labor availability, scheduling requirements, and potential impacts on bidding and pricing must also be addressed.
- Eligibility: Interested parties must be registered in the System for Award Management (SAM).
Contact Information
- Primary Contact: Justin Figueredo (Justin.F.Figueredo@usace.army.mil)
- Secondary Contact: Christopher Burroughs (christopher.d.burroughs@usace.army.mil)