Skip to content
Department of Defense

Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station

Solicitation: W912EK26BA001
Notice ID: 917a65b5bebd44c6afa197afe788d14d
TypeSolicitationNAICS 237990PSCY1QASet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateIAPostedMar 17, 2026, 12:00 AM UTCDueMar 18, 2026, 06:00 PM UTCCloses in 1 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IA. Response deadline: Mar 18, 2026. Industry: NAICS 237990 • PSC Y1QA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912EK26BA001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,374,313,288
Sector total $35,006,333,901 • Share 3.9%
Live
Median
$1,680,750
P10–P90
$239,686$7,679,206
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+160%($610,347,820)
Deal sizing
$1,680,750 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for IA
Live POP
Place of performance
Cedar Rapids, Iowa • United States
State: IA
Contracting office
Rock Island, IL • 61299-5001 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
IA20260028 (Rev 0)
Match signal: state matchOpen WD
Published Jan 16, 2026Iowa • Adair, Adams, Allamakee +94
Rate
BRICKLAYER (BRICKLAYER/STONE MASON) ZONE 1
Base $37.00Fringe $18.62
Rate
ZONE 2
Base $37.00Fringe $18.62
+56 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 56 more rate previews.
Davis-BaconBest fitstate match
IA20260028 (Rev 0)
Open WD
Published Jan 16, 2026Iowa • Adair, Adams, Allamakee +94
Rate
BRICKLAYER (BRICKLAYER/STONE MASON) ZONE 1
Base $37.00Fringe $18.62
Rate
ZONE 2
Base $37.00Fringe $18.62
Rate
ZONE 3
Base $37.00Fringe $18.62
+55 more occupation rates in this WD
Davis-Baconstate match
IA20260065 (Rev 0)
Open WD
Published Jan 02, 2026Iowa • Dubuque
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $36.06Fringe $24.35
Rate
BOILERMAKER
Base $48.48Fringe $33.91
Rate
BRICKLAYER
Base $29.80Fringe $17.16
+25 more occupation rates in this WD
Davis-Baconstate match
IA20260063 (Rev 0)
Open WD
Published Jan 02, 2026Iowa • Bremer
Rate
BOILERMAKER
Base $48.48Fringe $33.91
Rate
TILE SETTER
Base $30.65Fringe $20.10
Rate
BRICKLAYER
Base $30.65Fringe $20.10
+24 more occupation rates in this WD
Davis-Baconstate match
IA20260039 (Rev 1)
Open WD
Published Jan 16, 2026Iowa • Crawford
Rate
BOILERMAKER
Base $48.48Fringe $33.91
Rate
BRICKLAYER
Base $29.80Fringe $17.16
Rate
ELECTRICIAN (Low Voltage Wiring)
Base $32.97Fringe $15.92
+23 more occupation rates in this WD

Point of Contact

Name
Samantha Johanson
Email
samantha.k.johanson@usace.army.mil
Phone
Not available
Name
Brunson Grothus
Email
brunson.e.grothus@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION MISSISSIPPI VALLEY • ENDIST ROCK ISLAND • W07V ENDIST ROCK ISLAND
Contracting Office Address
Rock Island, IL
61299-5001 USA

More in NAICS 237990

Description

**Updated Virtual Bid Opening Call-In Information** The access code has been updated. To access the virtual bid opening, please use the following information: 

Phone: 503-207-9433
Access Code: 759 365 344#

**Reminder: 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.**

**Amendment 0004 - The purpose of this amendment is to update the Plans and Specifications based on questions received. See attachments titled, "A22 - Solicitation Amendment W912EK26BA0010004 with Specs Rev3" and "A22 - Amendment 0004 - Attachment J-2 Plan Set - VOL 401 Floodwall Rev3" for details.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.