USACE Baker Bay CPHM Inventory and Digitization
ID: W9127N26Q1AVMType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Historical Sites (712120)

PSC

SPECIAL STUDIES/ANALYSIS- HISTORICAL (B521)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, intends to award a sole-source contract to The Ilwaco Heritage Foundation for the inventory and digitization of historical items related to fishing along the Lower Columbia River. This initiative is part of a Memorandum Agreement executed in 2022 and aims to preserve and enhance access to the collections housed in the Columbia Pacific Heritage Museum. Interested parties may submit a capability statement or proposal to the contracting officer, Jaren Bowman, via email at Jaren.L.Bowman@usace.army.mil, before the notice end date, although a formal solicitation will not be posted. The NAICS code for this opportunity is 712120, and the size standard is $13 million, with no set-aside for small businesses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Preparation of National Park Service National Register of Historic Places Nomination 10-900 Form for the Sand Island Military Reservation located in Clatsop County, Oregon
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified small businesses to prepare a National Park Service National Register of Historic Places Nomination Form (NPS 10-900) for the Sand Island Military Reservation located in Clatsop County, Oregon. The objective of this procurement is to evaluate the historical significance of the Sand Island Military Reservation and to prepare the necessary documentation for its eligibility for the National Register of Historic Places, as part of a mitigation effort outlined in a Memorandum of Agreement with the Oregon State Historic Preservation Office. This project is crucial for preserving cultural resources impacted by USACE projects in the region, and the selected contractor will be responsible for conducting background research, drafting nomination forms, and providing monthly progress reports over a performance period of 365 days. Proposals are due by December 8, 2025, at 2:00 PM PT, and interested parties should contact Rattiya Oaks at rattiya.p.oaks@usace.army.mil or Justin Figueredo at Justin.F.Figueredo@usace.army.mil for further information.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    Industry Day - USACE Portland District
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Ediz Hook Beach Nourishment
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is preparing to solicit bids for the Ediz Hook Beach Nourishment project in Port Angeles, Washington. This construction project involves placing up to 42,000 tons of beach nourishment fill material, specifically 6 to 12-inch rounded cobbles, along the ocean side of the Ediz Hook Revetment, with construction activities scheduled to occur between July 16, 2026, and September 30, 2026, lasting approximately 4-6 weeks. The contract, estimated to be valued between $1,000,000 and $5,000,000, is set aside for Women-Owned Small Businesses, and interested contractors must be registered in the System for Award Management (SAM) database to submit proposals. For further inquiries, potential bidders can contact Xuejiao Sun at Xuejiao.Sun@usace.army.mil or Robert Gonzalez at robert.l.gonzalez@usace.army.mil.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to construct an enhanced sediment retention structure to increase storage capacity and manage river flows, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for maintaining the structural integrity of the sediment retention system and mitigating potential flooding risks in the area. Interested contractors should note that the project is valued between $25 million and $100 million, with proposals due by December 19, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 1, 2025. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.