West Coast Hopper Maintenance Dredging 2026
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 (W071 ENDIST PORTLAND), under the Department of Defense, is soliciting proposals for West Coast Hopper Maintenance Dredging 2026 (Solicitation No. W9127N26BA003). This Unrestricted opportunity involves maintenance dredging services across multiple locations on the West Coast. Offers are due March 2, 2026, by 01:00 PM local time.
Scope of Work
This project requires maintenance dredging to preserve federally authorized navigation channel depths. 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 work involves removing specified materials and placing them at designated sites. Detailed Contract Line Item Numbers (CLINs) cover mobilization/demobilization, bin measurement, placement at various 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 available for additional dredged material quantities.
Contract Details
- Contract Type: Award will be made based on price and price-related factors only.
- Period of Performance: Contractor must begin performance within 10 calendar days of Notice to Proceed (NTP) and complete within 258 calendar days after NTP.
- Bonds: Performance and payment bonds are required.
- Set-Aside: Unrestricted. Large Business Firms are encouraged to utilize Small Business Concerns and submit Small Business Subcontracting Plans.
Amendments & Key Changes
Several amendments have been issued:
- Amendment 0003 (latest): Primarily details the "MEASUREMENT AND PAYMENT" section (01 22 00.00 82), clarifying CLINs for dredging, placement, surveys, mobilization, transit, and East Sand Island operations. It also revises CLIN 0009 under paragraph 3.1.6 in section 01 22 00.00 82.
- Amendment 0002: Introduced detailed specifications for "DIVISION 32 - EXTERIOR IMPROVEMENTS" (Site Restoration for East Sand Island) and "DIVISION 35 - WATERWAY AND MARINE CONSTRUCTION" (Trailing Suction Dredging). It added paragraph 3.9.2 and revised paragraphs 3.6, 3.7, and 3.5.3.c within these sections.
- Amendment 0001: Added "Governmental Safety Requirements" (Section 01 35 26.00 82) and provided a table of contents for technical sections.
These amendments provide critical technical and payment details. Bidders must review them carefully to understand the full scope of work, material requirements, execution procedures, measurement, and payment methods.
Submission & Evaluation
- Offers Due: March 2, 2026, by 01:00 PM local time.
- 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.
- Projnet Inquiries: The deadline for bidder inquiries via Projnet has been extended to Wednesday, February 25, 2026.
Additional Notes
The solicitation incorporates numerous FAR and DFARS provisions. Specific environmental work windows and placement site restrictions are detailed for various locations. Requirements for Cybersecurity Maturity Model Certification (CMMC) are also included. An attachment provides coordinate points for East Sand Island, crucial for site analysis.