Skip to content
Department of Defense

Pre-Solicitation - FY26-FY29 Grays Harbor Inner Harbor Maintenance Dredging

Solicitation: W912DW26Z1BD9
Notice ID: ca6987e792c44f38a012c8503d28746f
TypePresolicitationNAICS 237990PSCZ1KFSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateWAPostedMar 16, 2026, 12:00 AM UTCDueMar 30, 2026, 05:00 PM UTCCloses in 14 days

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Mar 30, 2026. Industry: NAICS 237990 • PSC Z1KF.

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: W912DW26Z1BD9. 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
$1,368,808,019
Sector total $34,989,592,026 • Share 3.9%
Live
Median
$1,647,577
P10–P90
$239,538$7,732,505
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)
+158%($604,842,550)
Deal sizing
$1,647,577 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 WA
Live POP
Place of performance
Washington • United States
State: WA
Contracting office
Seattle, WA • 98134-2329 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WA20260104 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Columbia
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
+37 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 37 more rate previews.
Davis-BaconBest fitstate match
WA20260104 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Columbia
Rate
HEAT & FROST INSULATOR (Includes Duct, Pipe and Mechanical Systems)
Base $75.37Fringe $18.82
Rate
TILE FINISHER
Base $27.26Fringe $11.99
Rate
TILE SETTER
Base $36.35Fringe $14.57
+36 more occupation rates in this WD
Davis-Baconstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD
Davis-Baconstate match
WA20260061 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Whitman
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINEMEN
Base $60.54Fringe $23.97
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $38.17Fringe $23.40
+20 more occupation rates in this WD

Point of Contact

Name
Xuejiao Sun
Email
xuejiao.Sun@usace.army.mil
Phone
Not available
Name
Shemekia McMillan
Email
Shemekia.R.Mcmillan@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 NORTHWESTERN • ENDIST SEATTLE • W071 ENDIST SEATTLE
Contracting Office Address
Seattle, WA
98134-2329 USA

More in NAICS 237990

Description

PRE-SOLICITATION NOTICE


This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing to the following Point of Contact(s):


Xuejiao Sun at Xuejiao.Sun@usace.army.mil and
Shemekia R. McMillan at Shemekia.R.Mcmillan@usace.army.mil


Construction Project: FY26-FY29 Grays Harbor Inner Harbor Maintenance Dredgin


Pre-solicitation Notice Number: W912DW26Z1BD9


The magnitude of construction is estimated to be more than $10,000,000.00.


Project Title: FY26-FY29 Grays Harbor Inner Harbor Maintenance Dredging


Project Details: The U.S. Army Corps of Engineers (USACE), Seattle District has a requirement for planned maintenance dredging in Grays Harbor, Washington.


This work is scheduled to be executed over three consecutive dredging seasons between July 2026 and February 2029, as part of the Grays Harbor and Chehalis River Federal Navigation Project.


The Government anticipates awarding a Firm-Fixed-Price (FFP) contract through a competitive Invitation for Bids (IFB) process. Award will be made to the lowest responsive and responsible bidder, in accordance with FAR Part 14 procedures. The selected contractor will be responsible for the mechanical clamshell dredging of approximately 1 million cubic yards (CY) of sediment per season, for each of the three dredging seasons.


Work will occur annually during the approved in-water work window from July 16 through February 14. Dredging activities must be suspended during a mandatory seasonal shutdown period—typically from late September through December 1—to accommodate Tribal fishing activities, the specific dates of which will be provided annually. Dredging will take place within the federally authorized navigation channel, specifically in the following reaches: Aberdeen, Cow Point, Cow Point Turning Basin, Hoquiam North Channel, and the Crossover Channel. These areas encompass the middle portion of the harbor up to and slightly beyond the main Port terminals. Dredged material will be transported via bottom dump barge and placed at one of two disposal sites. From mid-July through early November, material will be placed at the South Jetty Beneficial Placement Site, while from November through mid-February, disposal will shift to the Point Chehalis Open Water Placement Site. All disposal activities must comply with project specifications and environmental guidelines.


Environmental Requirements: The contractor will be required to perform turbidity monitoring during dredging and disposal operations. The contractor will also be responsible for adhering to all in-water work timing restrictions and for suspending operations during the specified Tribal fishing closure window each season.

See the forthcoming solicitation for details about bid submission and virtual bid opening. The
NAICS code for this procurement is 237990, Dredging and Surface Cleanup, and the associated
small business size standard is $37,000,000 in average annual receipts.

Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The
Government is not responsible for any loss of Internet connectivity or for an offeror's inability to
access the document(s) posted at the referenced website. To obtain automatic notifications of
updates to this notice, you must log in to www.beta.SAM.gov and add the solicitation to your
Watchlist. If you would like to list your firm so others can see you are an interested vendor, you
must click the ‘Add Me to Interested Vendors’ button in the listing for this solicitation on
www.beta.SAM.gov.

IMPORTANT NOTICE:

All contractors proposing on Department of Defense (DoD) solicitations must be registered in
the System for Award Management (SAM) database prior to award of a contract. The purpose of
this database is to provide basic business information and capabilities to the Government. The
SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon
as possible. All new contracts can be made ONLY to contractors who are registered in SAM.
This requirement applies to all DoD contract awards.

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.