- 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
Mouth of the Columbia River (MCR) North Jetty Rehab Project Phase 2
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Mar 26, 2026. Industry: NAICS 237990 • PSC Z2KZ.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.
This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.
The North American Industrial Classification Code (NAICS) for this requirement is: 237990, Other Heavy and Civil Engineering Construction. The related size standard is: $45.0 million.
Formal Sources Sought Response Due – before 3:00 pm PDT on 26 March 2026.
2. Project Details and Background.
The MCR federal navigation project is situated at the border between Washington and Oregon, where the Columbia River meets the Pacific Ocean. Deep-draft navigation through the MCR is facilitated by three primary navigation structures—North Jetty, South Jetty, and Jetty A—with a combined authorized length of 10.2 miles. The North Jetty has an authorized length of 2.5 miles extending to Station 130+00; however, it has not been constructed to its full authorized length. The initial construction of the North Jetty concluded at approximately Station 122+00, resulting in a constructed length of approximately 2.3 miles. This jetty was the second of the three to be constructed and was completed in 1917. Subsequent repairs and rehabilitations along various sections of the North Jetty were carried out in 1939, 1965, 2005, 2015, and 2019. Both initial construction and repairs utilized stone with a minimum density ranging from 167 to 180 pounds per cubic foot (pcf). The side slopes of the jetty vary between 1:1.25 and 1:2 (vertical: horizontal), with an average crest elevation of 25 ft msl. Since construction, a total of 3,569,030 tons of armor stone have been placed.
3. Project Scope.
The Mouth of the Columbia River (MCR) North Jetty is located at the southwest corner of Washington State near Ilwaco, WA. Access to the north jetty is from N Head Rd and Cape Disappointment State Park. Mandatory work for MCR North Jetty Expedited Repairs includes toe, side slope, and crest repair construction above -5 feet NAVD88 elevation along approximately 900 feet of the jetty trunk primarily on the ocean side. These sections will be repaired and reconstructed to a design crest width of 30 feet, side slopes of 1V:2H and a crest elevation of +24.5 feet NAVD88. The estimated stone volume required for the repairs is approximately 11,100 cubic yards with an approximate minimum stone densities of 185 pounds per cubic foot. Expected stone size is between 20-40 tons each. A jetty crest haul road on top of the jetty must be constructed and staging area developed to store the large quantity of jetty armor stone. Stone production and delivery via land-based methods to the north jetty site and stone placement are expected to occur in calendar year 2027, and potentially 2028, if necessary. Repairs will primarily be completed by two methods, 1) standard repair, which requires re-working adjacent relic stone to facilitate the proper placement and interlock of new stone and 2) reconstruction, which requires the contractor to recycle existing jetty armor and re-establish proper orientation and interlock of these stones. The Government anticipates that reconstruction will contribute to a need for some additional armor stone as the existing jetty volume will be consolidated through the reconstruction effort. Thus reconstruction will also include the placement of new jetty armor stone. The Contractor should not expect to place jetty armor stone outside of the favorable work season between the months of November and April. Marine weather and oceanographic conditions at The Mouth of the Columbia River between November and April, and even occasionally through the favorable work season, can be extremely dangerous and the coastal environment (waves, wind, rain) is generally too dangerous for conducting marine construction activities such as stone placement at exposed locations such as the jetty trunk and head.
Optional work includes repairs to 2,750 feet of jetty trunk to a crest width of 30 feet, side slopes of 1V:2H, and a crest elevation of +24.5 feet NAVD88. The estimated stone volume for the optional repairs is 10,900 cubic yards with a minimum stone density of approximately 175 pounds per cubic foot. Expected stone size is between 15-40 tons each.
Anticipated Construction Schedule: CENWP intends to advertise in October. 2026 and award in December. 2026. Construction Contract with estimated construction completion by the end of calendar year 2028.
Number and Type of Contracts: NWP contemplates awarding one (1), Firm Fixed-Price contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels.
Anticipated Source Selection Process: The expected method to determine the best value to the government is Invitation for Bid.
Project Details: The following information represents the project objectives:
The MCR North Jetty Expedited Repairs project’s primary objective is to repair offshore ocean side damage repairs. The expedited repairs will mitigate breach risk to jetty and disruption of the Federal Navigation Channel.
Project Specific Constraints and Challenges.
a. The jetty is subject to river-induced currents, tidal currents, and wave-induced currents.
b. Wave breaking can create long-shore and cross-shore currents and can risk equipment damage and present workplace safety hazards.
c. High speed coastal winds may temporarily not allow for some heavy equipment operations.
d. Low elevation jetty repairs can only be made during predictable low tides during which time low water allows for adequate visibility during placement and inspection.
e. Construction period of performance may require the contractor to pause construction during poor weather when work cannot be safely performed.
f. Robert Gray Dr/SW 2nd Ave must not be used as a haul road because of poor roadway geometry and limited sight distance. N Head Rd must be used as the haul road.
4. Questions for Industry IAW FAR 22.5, UAI 5122.5 and UDG 5122.503-2:
a) Do you have knowledge that a Project Labor Agreement (PLA) has been used in the local area on projects of this kind? If so, please provide supporting documentation.
b) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible.
c) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible.
d) Identify specific reasons why or how you believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.
e) Identify specific reasons why you do not believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.
f) Identify any additional information you believe should be considered on the use of a PLA on the referenced project.
g) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project.
h) Is there anything in our Project Scope that would discourage you from bidding?
i) Is there anything in our Project Scope that would cause enhanced pricing uncertainty?
j) Are there any market conditions or industry practices that you feel the government needs to be aware of?
k) Are other projects in the vicinity going to limit the pool of skill labor available for your project? If so, which projects?
l) Has your firm previously declined to bid on a project because of a PLA requirement? If so, please specify the project(s).
m) How will a PLA impact the pool of available subcontractors for this project?
n) How would a PLA on this project impact your ability to use your company’s preferred subcontractors?
o) Do you anticipate that some of your key subcontractors would refuse to work on this project if a PLA is required? If yes, for which trades?
p) If possible, provide an estimate of the expected increase or decrease in your total price if a PLA is required for this specific project and location in terms of a percentage?
q) Based on mandatory and options work items and anticipated no later than exercise option dates, do you have any concerns regarding scope, schedule, or price that will impact your ability to provide a fair and reasonable bid? If yes, please explain how and/or why.
5. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – MCR NJ Phase 2 Rehab 2026. Please email to Justin Figueredo, Contracting Officer, at justin.f.figueredo@usace.army.mil and Chris Burroughs Contracting Specialist, at christopher.d.burroughs@usace.army.mil, before 3:00 pm PDT on 26 March 2026.
Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:
a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.
b. Firm’s bonding capacity for a single contract/project.
c. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).
d. An explanation of the prime firm’s capabilities and the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.
e. A description of work performed under similar project constraints and challenges listed under paragraph 3.
f. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):
- To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), location, size (tons) and quantity (tons) of stone placed, method of stone delivery, method of stone placement. These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:
Project Title
Contract Number
Contract award date
Customer name
Initial contract dollar value
Final contract dollar value
Initial contract completion date
Final contract completion date
Customer satisfaction
The Government may verify information in CPARS or PPIRS.
g. Firm's Joint Venture information if applicable - existing and potential.
h. Firm's Bonding Capability in the form of a letter from Surety.
i. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)
j. Responses to the government’s questions in paragraph 4 and any other information the contractor feels the government needs to be aware of.
6. Disclaimer and Important Notes.
a. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.
b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.