West Coast Hopper Maintenance Dredging 2026

SOL #: W9127N26BA003Solicitation

Overview

Buyer

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

Place of Performance

Portland, OR

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Dredging Facilities (Y1KF)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 23, 2025
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 2, 2026, 9:00 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 (W071 ENDIST PORTLAND), is soliciting proposals for the West Coast Hopper Maintenance Dredging 2026 project, identified as Solicitation No. W9127N26BA003. This unrestricted opportunity seeks services for maintenance dredging along the West Coast. Offers are due March 2, 2026, by 01:00 PM local time.

Scope of Work

The project's primary requirement is maintenance dredging to maintain federally authorized navigation channel depths. This involves removing specified materials from designated pay areas and placing them at specified sites. Key locations include:

  • Humboldt Bay, California
  • Lower Columbia River (RM 3+00-105+20), Oregon/Washington
  • Coos Bay, Oregon
  • Mouth of the Columbia River (RM 02+10+00 to RM 02+30+00), Oregon/Washington
  • East Sand Island, Oregon/Washington

The solicitation details numerous Contract Line Item Numbers (CLINs) for various dredging locations and types of work, including mobilization/demobilization, bin measurement, placement in different sites (e.g., Shallow Water Site, North Jetty Site, Deep Water Site, East Sand Island), transit miles, and third-party hydrographic surveys. Option CLINs are included for additional dredged material quantities. Detailed drawings illustrate project locations, acceptance areas, placement sites, and cross-sections.

Contract & Timeline

  • Contract Type: Award will be made considering only price and price-related factors.
  • Period of Performance: The contractor shall begin performance within 10 calendar days of notice to proceed and complete it within 258 calendar days after receiving notice to proceed.
  • Bonds: Performance and payment bonds are required.
  • Set-Aside: Unrestricted.
  • Offers Due: March 2, 2026, by 01:00 PM local time.
  • Published: January 31, 2026.

Submission & Evaluation

  • Submission Method: Electronic submission only (PDF format). Hard copy submissions will not be considered.
  • Bid Opening: Telephonically at 2:00 PM on the bid due date.
  • Evaluation: Award will be made considering only price and price-related factors.

Additional Notes

The solicitation incorporates numerous FAR and DFARS provisions by reference. Specific environmental work windows and placement site restrictions are detailed for various locations. Requirements for cybersecurity maturity model certification (CMMC) are also included. Detailed information on measurement and payment for various CLINs is provided.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 7
Solicitation
Posted: Mar 2, 2026
View
Version 6
Solicitation
Posted: Feb 25, 2026
View
Version 5
Solicitation
Posted: Feb 24, 2026
View
Version 4
Solicitation
Posted: Feb 24, 2026
View
Version 3
Solicitation
Posted: Feb 18, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 31, 2026
Version 1
Pre-Solicitation
Posted: Dec 23, 2025
View