Mt. St. Helens Sediment Retention Structure Crest Raise
ID: W9127N26BA004Type: Presolicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting bids for the Mount Saint Helens Sediment Retention Structure Crest Raise project, located on the North Fork Toutle River in Cowlitz County, Washington. The project aims to enhance sediment retention capabilities by constructing a crest raise of 5 feet, with an optional additional 5-foot raise, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete (RCC). This initiative is critical for managing sediment flow and maintaining river integrity, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their bids electronically by December 19, 2025, and are required to attend a mandatory site visit on December 1, 2025, with prior registration. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mt. St. Helens Sediment Retention Structure project's "Second Crest Raise Re-Solicitation" outlines significant changes to project plans and specifications. Key updates include revised in-water work restrictions, clarification on the use of non-potable construction water from the Toutle River, and modified governmental safety requirements, emphasizing the continuous presence of Site Safety and Health Officers (SSHO) and Competent Persons. Personnel qualifications for the Project Superintendent and Quality Control (CQC) staff have been updated, with a focus on experience and on-site presence. The document also details the decommissioning of outlet works, including the inspection and hot tapping of leaking valves. Specifications for Roller Compacted Concrete (RCC) production, placement, and curing are revised, including a new minimum compressive strength requirement. Other changes involve river diversion cofferdams, excavation and fill procedures, and updated information on upstream sediment depth and rock joint conditions for foundation preparation. The project aims to enhance safety, quality control, and operational efficiency during the crest raise.
    This government solicitation (W9127N26BA004) outlines the requirements for the Mount Saint Helens Sediment Retention Structure Crest Raise project in Toutle, Washington. The project, valued between $25,000,000 and $100,000,000, is an unrestricted, full and open competition with a 10% HUBZone price evaluation preference. Key tasks include mobilization, site preparation, water diversion, dental concrete, roller-compacted concrete (RCC) placement for 5-foot and optional 10-foot raises, and rock excavation. Bids are due by December 19, 2025, at 11:00 AM PST, submitted electronically via email to Andrew J. Sprys and Nicole Adams. A mandatory site visit is scheduled for December 1, 2025, at 11:00 AM PST, requiring prior registration and specific safety gear. Contractors must submit a Project Labor Agreement (PLA) and, if a large business, a subcontracting plan outlining small business participation goals. A 2% Federal excise tax applies to foreign contractors, with exemptions requiring a submitted IRS Form W-14.
    The document is an informational record of USACE inspection photos taken on March 3, 2021, focusing on the Sediment Retention Structure (SRS) Outlet Works. The inspection documented the condition of various components, including knife valves, 36-inch pipes, catwalk platforms, and access points. It also noted observations of corrosion and sediment accumulation. The file contains a list of photo levels (Level 1 through Level 5 Sump) and general SRS structure photos, indicating a detailed visual assessment of the facility.
    The document outlines the design and engineering plans for the "Mount St. Helens Sediment Retention Structure Second Spillway Raise" project, identified by Solicitation Number W9127N26BA004, prepared by the U.S. Army Corps of Engineers, Portland District. The project, dated November 2025, focuses on a mandatory 5-foot spillway raise. Key aspects include detailed plans for excavation isopach, RCC (Roller-Compacted Concrete) structure alignments, and new instrumentation. The plans specify grading points with northing, easting, and elevation data for various berm rows and access roads, along with technical details for the RCC structure, such as minimum thickness, slopes, and drilling requirements. The instrumentation plan includes installing new conduit and junction boxes, coordinating with USGS for equipment installation, and procedures for disconnecting existing wiring to pressure transducers. The project also necessitates obtaining an access easement from Weyerhaeuser for the logging road haul route.
    Similar Opportunities
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@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.
    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.
    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.
    FY26 Willapa Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    WA ERFO NPS MORA 2022-1(1), Mount Rainier ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Mount Rainier ERFO Repairs 2022 project, located approximately 31 miles southeast of Puyallup, Washington. The project involves essential infrastructure repairs including bank stabilization with rip rap revetment, grading, drainage, and paving over a length of 0.18 miles, with an estimated contract value between $700,000 and $2,000,000. This initiative is crucial for maintaining the integrity of roadways within the Mount Rainier National Park and surrounding areas, ensuring compliance with environmental protection standards. Interested vendors should note that this is a total small business set-aside opportunity, with a tentative solicitation date in Winter 2024/2025 and completion expected by Fall 2025; for further inquiries, contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    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.