- 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
Pre-Solicitation - FY26-FY29 Grays Harbor Inner Harbor Maintenance Dredging
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Mar 30, 2026. Industry: NAICS 237990 • PSC Z1KF.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 37 more rate previews.↓
Point of Contact
Agency & Office
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.
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.