Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IA. Response deadline: Mar 18, 2026. Industry: NAICS 237990 • PSC Y1QA.
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237990
Description
**PLA Requirement has been removed via Amendment 0003. Questions can be submitted via ProjNet until 02 March 2026 at 2:00 PM CST. Submission of bids are due on 18 March 2026 at 1:00 PM CST and the Bid Opening will be held at 2:00 PM CST.**
ATTENTION
Due to file sizes and SAM.gov limitations at the time of release, not all of the files that are needed are posted. The files:
1. Solicitation with Specifications (solicitation document without contract specifications was posted)
2. Attachment J-2 Plan Set - VOL 401 Floodwall
Please email Samantha Johanson and Brunson Grothus at the following emails and you will get a link to the files via DoD SAFE:
samantha.k.johanson@usace.army.mil
brunson.e.grothus@usace.army.mil
The U.S. Army Corps of Engineers, Rock Island District has a requirement for a construction contract for the project known as: Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station.
The work includes, but is not limited to: site demolition; temporary traffic controls; clearing, grubbing and stripping; pavement removal, levee removal, utility removal, plugging and abandonment of utilities; construction of rigid and flexible pavements, construction of utilities such as storm sewers, manholes and catch basins; construction of cast-in-place concrete floodwall, storm sewer outlets, gate wells, geotechnical instrumentation and relief wells, trench and toe drains, and pump station construction.
NAICS Code: 237990
Size Standard: $45,000,000.00
Estimated Range: Between $25,000,000 and $100,000,000
Unrestricted, Invitation for Bid
A site visit will be conducted on 02 December 2025 at 9:00 AM CST. **Please RSVP to Matthew Hosford at (309)252-2008 or matthew.m.hosford@usace.army.mil by 28 November 2025 at 10:00 AM CST if you plan to attend.** See clause 52.236-27 in the solicitation document for additional details.
Questions regarding this solicitation shall be submitted via ProjNet by 2:00 PM CST on 18 December 2025. See "Question and Answer via ProjNet" within the Instructions to Bidders Section of the solicitation document for additional information.
**Amendment 0001 - The purpose of this amendment is to update the contract completion days from 850 to 970 consecutive calendar days, as well as extend the due dates for receipt of questions and bids. See attachment titled, "A22 - Solicitation Amendment W912EK26BA0010001" for details.
**Amendment 0002 - The purpose of this amendment is to update the Plans and Specifications based on questions received, add FAR Clause 52.219-4, update the Instructions to Bidders to include a list of what should be submitted with the Bid Package, and **Suspend bid submission due date and bid opening indefinitely. The bid submission due date of 08 April 2026 is set strictly as a placeholder. Another amendment will be issued in the future to re-establish a new date for receipt of bids and bid opening.**
**Amendment 0003 - The purpose of this amendment is to *remove the Project Labor Agreement requirement*, re-open the Q&A period, *establish a new due date for receipt of bids and bid opening*, update the Plans and Specifications based on questions received, update the Wage Determination to the most current version, and include an additional reference plan set as Attachment J-6. **Questions can be submitted via ProjNet until 02 March 2026 at 2:00 PM CST.**Submission of bids are due on 18 March 2026 at 1:00 PM CST and the Bid Opening will be held at 2:00 PM CST.**
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Cedar Rapids Flood Risk Management Project includes the construction of a downstream river floodwall and pump station, with a bid submission deadline of March 18, 2026, at 1:00 PM CST. The estimated project budget ranges between $25,000,000 and $100,000,000, making it a significant opportunity for construction firms. Notably, the Project Labor Agreement requirement has been removed through Amendment 0003, and multiple amendments have provided clarifications on bid submission and question deadlines.
The buyer, the U.S. Army Corps of Engineers, is aiming to establish a contract for extensive flood risk mitigation construction efforts in Cedar Rapids, involving various construction tasks like pavement, utilities, and floodwall installations.
- Site demolition
- Temporary traffic controls
- Pavement and levee removal
- Utility removal and abandonment
- Construction of pavements and floodwall
- Installation of storm sewers and pump station
- Completed Bid Form
- List of subcontractors and suppliers
- Proof of bonding capacity
- Technical proposal
- Financial statement
- Past performance records
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Details on site visitation logistics beyond the RSVP requirement
- Specific geographic location of the project within Cedar Rapids
- Clarification on the amendment process and frequency
- Updated bid submission details post-Amendment 0002
- Duration of the contract period extending beyond the completion date
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.