Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 5 PM
Solicitation
Toutle Washington

Mt. St. Helens Sediment Retention Structure Crest Raise

Details

Solicitation ID W9127N25BA007
Posted Date 30 Jun 2025 at 5 PM
Response Date 14 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W071 Endist Portland
Agency Department Of Defense
Location Toutle Washington United states 98649

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Boeing Company The

Renton Shreveport Springfield Seal beach Albuquerque Lanham Arlington Houston Anaheim Heath Philadelphia Hazelwood Denton Canoga park Ridley park Wichita Sunnyvale Kihei El segundo Seattle Clearfield Layton Herndon Oklahoma city Long beach Huntington bea Saint charles Richardson Newark Bangor Colorado springs Mesa Kennedy space center Saint louis Huntington beach Corinth Fairfax Chantilly Annapolis junction Huntington be Hill afb New orleans Aurora Jacksonville Downey Tukwila Chicago Kent Fort walton be Titusville Huntsville Palmdale Fort walton beach

Am General Limited Liability Company

Auburn hills Mishawaka South bend Livonia

Sign up to access Documents

Signup now

SYNOPSIS

The U.S. Army Corps of Engineers (USACE) Portland District is soliciting a Contract for the Mt. St. Helens Sediment Retention Structure Crest Raise on the North Fork Toutle River in Cowlitz County, Washington. The proposed project will be a competitive, firm-fixed price (FFP) contract.

Description of Requirement: The U.S. Army Corps of Engineers, Portland District, has a requirement to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package.

Purpose: The project purpose is to construct an increased level of sediment retention structure providing additional storage and allowing existing river flows. The work includes mobilization/demobilization, river diversion, rock excavation, rock foundation preparation including placement of dental concrete, placement of roller-compacted concrete, outlet works sealing, and incidental related work. This effort is to include all associated works required and described within this Contract package.

The work will be located at the Sediment Retention Structure on the North Fork Toutle River in Cowlitz County, Washington, off of Highway 504. Contractor access to the work site will be from gravel access roads on the dam site, the gravel roadway on top of the embankment dam, the top of the concrete outlet works structure, and a paved roadway on the spillway approach pier west of the existing spillway crest.

Contract Period of Performance: The estimated Period of Performance for this contract is Notice to Proceed through 07-MAY-2028

Magnitude of Construction: The estimated cost of the project is $25,000,000 to $100,000,000.

Set Asides and Codes: Full and Open Competition - Unrestricted. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990, “Other Heavy and Civil Engineering Construction”. The related size standard is $45M. The Product Service Code (PSC) is Y1QA - Construction of Restoration of Real Property (public Or Private).

Selection Process: Competitive acquisition using Invitation for Bid (IFB) using FAR Part 14 procedures. 

Project Labor Agreement: Within seven (7) days after bid opening, the apparent low bidder must submit a Project Labor Agreement (PLA) as required for large-scale construction projects in accordance with FAR 22.503 and FAR Clause 52.222-33 Alternate I. The Government is not a party to the PLA. Per 52.222-33 Alt I subparagraph (b)(2), subcontractors are a party to the PLA. However, it is not necessary for all subcontractors sign the PLA, but they must agree to the terms of the PLA negotiated by the prime contractor and labor organization. The prime contractor can meet the requirements of subparagraph (b)(2) by either: 1) inserting language into the subcontract requiring the subcontractor to acknowledge and abide by the terms of the PLA; 2) having each subcontractor sign a Letter of Assent or an Affidavit of PLA Participation.

At a minimum, the proposed PLA must address the requirements in FAR 22.504(b), which states a project labor agreement shall –

(1) Bind all contractors and subcontractors engaged in construction on the construction project to comply with the project labor agreement;

(2) Allow all contractors and subcontractors to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements;

(3) Contain guarantees against strikes, lockouts, and similar job disruptions;

(4) Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement;

(5) Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health; and

(6) Include any additional requirements as the agency deems necessary to satisfy its needs.

If the apparent low bidder does not submit an acceptable PLA, they may be ineligible for award and the contracting officer may move on the second low bidder. Any PLA reached does not change the terms of this contract, or provide for any price adjustment by the Government.

Anticipated Solicitation Release Date: The government anticipates releasing the solicitation in July 2025. The closing date for proposals will be approximately 30 to 60 days later (TBD). Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details may be found in the solicitation when it is posted.

System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award.

Point of Contact: The USACE-NWP points of contact for this action are Andrew Sprys at [email protected] and Cory Pfenning at [email protected]. Email is the only method for receiving responses to this pre-solicitation notice.

Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Maura Timmerman at (402) 370-0095 or [email protected].

THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM ON OR ABOUT 14 JULY 2025. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS AND PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.

THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.

Similar Opportunities

Similar Awards

Circle Montana 04 Jun 2015 at 12 AM
Circle Montana 25 Jun 2015 at 10 PM
Circle Montana 20 Feb 2013 at 9 PM
Location Unknown 27 May 2011 at 5 PM