Skip to content
Department of Defense

Town of Naches Segment 7 and Yakima Left Bank Levee Repair

Solicitation: W912EF26RSS17
Notice ID: feff12ab611b4f89adb94e930786d195
TypeSources SoughtNAICS 237990PSCZ2KASet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateWAPostedMar 20, 2026, 12:00 AM UTCDueApr 06, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 06, 2026. Industry: NAICS 237990 • PSC Z2KA.

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: W912EF26RSS17. 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
$1,715,365,878
Sector total $37,339,825,106 • Share 4.6%
Live
Median
$2,373,471
P10–P90
$1,104,085$15,131,775
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
4.6%
share
Momentum (last 3 vs prior 3 buckets)
+116%($629,345,191)
Deal sizing
$2,373,471 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
Yakima, Washington • United States
State: WA
Contracting office
Walla Walla, WA • 99362-1876 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
WA20260035 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Okanogan
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Drywall Hanging and Form Work Only)
Base $44.21Fringe $17.28
+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

Point of Contact

Name
Nathan Bruce
Email
nathan.i.bruce@usace.army.mil
Phone
5095277224

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST WALLA WALLA • US ARMY ENGINEER DISTRICT WALLA WAL
Contracting Office Address
Walla Walla, WA
99362-1876 USA

More in NAICS 237990

Description

1. BACKGROUND

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. This notice neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used for market research purposes by the Government to make appropriate acquisition decisions. Therefore, no contract award will result from this Sources Sought Notice.

The United States Army Corps of Engineers (USACE), Walla Walla District, is seeking interested business sources for a levee rehabilitation construction project entitled: Town of Naches Segment 7 and Yakima Authorized Left Bank Levee Repair. The levees are in two different locations and are part of a larger levee system on the Yakima River located near the Cities of Naches and Yakima in Yakima County, Washington. Levee information can be seen in the National Levee Database website: https://levees.sec.usace.army.mil/levees/5505000286 (Naches Segment 7) and https://levees.sec.usace.army.mil/levees/5505000021 (Yakima Left Bank). This will be a firm fixed price construction contract. North American Industry Classification System (NAICS) code for this project is 237990 - Other Heavy and Civil Engineering Construction. The associated small business size is $45 million. Performance and Payment Bonds will be required.

Responses to this Sources Sought Notice should include the following information:

  1. A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, performance period, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. If any of the experience is that of a subcontractor, please specify that information in your response.
  2. A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference.
  3. Provide a statement of your firm's business size (Large, HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.
  4. Provide the percentage of work you (as the prime) intend to perform. If you intend to subcontract a major portion of the work (defined as at least 20% of the work), please include this information in your response.
  5. Provide a statement that your firm intends to submit a bid on the project when it is advertised.
  6. Provide a statement of your firm's bonding capacity. A statement from your surety is not required.
  7. CAGE Code and SAM.GOV Unique Entity ID.

Companies or individuals interested in responding are invited to submit their information via email ONLY to Nathan Bruce at: nathan.i.bruce@usace.army.mil.  All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. Responses should be received by 2:00 p.m. PDT, 06 April 2026. PLEASE REFERENCE "SOURCES SOUGHT: Naches Segment 7 & Yakima Left Bank Levee Repair" IN THE SUBJECT LINE. 

Respondents will not be contacted regarding their submission or information gathered as a result of this sources sought notice. All responsible sources may respond to this notice and all responses will be considered. Telephonic responses will not be honored.

2. SUMMARY SCOPE OF WORK

Naches Segment 7 Levee  - The levee is located on the left bank of the Naches River, Yakima County, Washington, near the town of Naches. The levee segment has experienced erosion and loss of bank armoring on the riverward slope upstream of the S. Naches Road Bridge, as a result of a discrete flood event initiated on 11 December 2025. Damages to the levee segment itself consist of 500 feet of erosion of slope protection and the possible minor loss of embankment material. The levee was rated “Minimally Acceptable” in the last Continuing Eligibility Inspection (CEI) dated: 21 May 2025. The rest of the levee is in generally good condition with minor deficiencies noted by USACE inspectors. This levee protects residential homes, farms, and public infrastructure. The damaged area of the levee segment should be regraded, stabilized, and armored before the next flood season which can begin in the spring of this year.

Yakima Authorized Left Bank Levee - The levee is located on the left bank of the Yakima River, Yakima County, Washington, near the city of Yakima. The levee segment has experienced erosion of a constructed berm along the toe of the levee at two locations. This berm was constructed as part of an ecosystem restoration project as a haul road for the construction of a side channel to the Yakima River. The new channel has been activated and flows a significant volume of water along the toe of the Federal levee that the system was never exposed to previously. The berm is severely damaged, but the levee appears to be intact. Damages to the levee segment itself consist of 500 feet of erosion of slope protection and the possible minor loss of embankment material. The damages were located on a bench riverward of the levee slope in two locations. One location near Stat 94+00 for about 100 lf and one location near Sta 90+00 for about 200 lf. The location near Sta 90+00 is in a berm that was constructed as part of the environmental restoration project and is considered sacrificial. No repair of the berm is required. The levee was rated “Minimally Acceptable” in the last Continuing Eligibility Inspection (CEI) dated: 21 May 2025. The rest of the levee is in generally good condition with minor deficiencies noted by USACE inspectors. This levee protects businesses, commercial properties, residential homes, and public infrastructure. The damaged area of the levee segment should be regraded, stabilized, and armored before the next flood season which can begin in the spring of this year.

USACE expects to award a single contract to cover both locations in June 2026 with an expected in-water work window between mid-July and mid-October 2026.

All on-site work shall be performed in accordance with the USACE Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance an Activity Hazard Analyses, for each phase of work that complies with EM 385-1-1.

A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 3-years of experience in construction safety on similar projects and shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years.

A Certified Erosion and Sediment Control Lead employed by the prime contractor will choose and install erosion control materials for specific site conditions, as necessary.

The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.