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 Department of the Army, U.S. Army Corps of Engineers, Portland District (W071 ENDIST PORTLAND) has issued a Solicitation (W9127N26BA003) for West Coast Hopper Maintenance Dredging 2026. This opportunity is for unrestricted contractors to perform maintenance dredging and related services across various West Coast locations. The solicitation has undergone multiple amendments, with the latest modifying payment methods and removing a warranty clause. Proposals are due March 2, 2026.
Scope of Work
This project involves maintenance dredging to preserve federally authorized navigation channel depths. Key requirements include removing specified materials from designated pay areas and placing them at sites such as Humboldt Bay (CA), Lower Columbia River (OR/WA), Coos Bay (OR), Mouth of the Columbia River (OR/WA), and East Sand Island (OR/WA). The scope details numerous Contract Line Item Numbers (CLINs) for:
- Mobilization/demobilization
- Bin measurement to required depth
- Placement at various sites (e.g., Shallow Water Site, North Jetty Site, Deep Water Site, East Sand Island)
- Transit miles
- Third-party hydrographic surveys
- East Sand Island (ESI) specific operations including pump-ashore, surveys, vegetation, and avian dissuasion mounding.
Contract Details
- Contract Type: Award will be made considering only price and price-related factors.
- Period of Performance: Contractor must begin 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 socio-economic requirement.
- Product/Service Code: Y1KF - Construction Of Dredging Facilities.
Key Amendments
- Amendment 0004 (Feb 25, 2026): Removed Clause 52.246-21 Warranty of Construction. Modified LCR CLIN 0009, paragraph 3.1.6(a) to reference the Bin Measure payment method (3.1.2(b)) instead of the Pre/Post payment method (3.1.4(c)).
- Amendment 0003 (Feb 24, 2026): Revised CLIN 0009 under paragraph 3.1.6 in section 01 22 00.00 82, providing detailed specifications for measurement and payment across various CLINs.
- Amendment 0002 (Feb 24, 2026): Added paragraph 3.9.2 under section 35 24 13.11 82 and revised paragraphs 3.6 & 3.7 under section 32 90 00.00 25, and 3.5.3.c under section 35 24 13.11 82. This amendment introduced detailed specifications for site restoration and trailing suction dredging.
- Amendment 0001 (Feb 18, 2026): Added Section 01 35 26.00 82, "Governmental Safety Requirements," to the specifications.
Submission & Contact
- 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 based on price and price-related factors.
- Contact: Primary - Julia Carlton (julia.b.carlton2.civ@usace.army.mil); Secondary - Brandon Lasich (brandon.m.lasich@usace.army.mil).
- Projnet inquiries: Extended to February 25, 2026.