McNary Downstream Miter Gate Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Army Corps of Engineers, Walla Walla District, is conducting a Sources Sought for the McNary Downstream Miter Gate Replacement project in Oregon. This market research aims to identify interested businesses capable of performing a firm-fixed-price construction contract to replace a two-leaf arch rib miter gate. The project is estimated between $25,000,000 and $100,000,000. Responses are due by May 12, 2026, at 3:00 PM.
Project Overview
This notice is for market research and planning purposes only and is not a solicitation. The Government seeks to identify businesses with the interest and capability to accomplish the McNary Downstream Miter Gate Replacement. 100% performance and payment bonds will be required for the eventual contract. The NAICS Code for this project is 237990 – Other Heavy Civil Engineering and Construction, with an associated small business size standard of $45.0 million.
Scope of Work
The project involves the replacement of the existing two-leaf arch rib miter gate, mechanical equipment, and embedded pintle ball and sill beam. Each gate leaf weighs approximately 425 Tons (850,000 pounds) and measures 53.5 feet wide by 106 feet tall. Key requirements include:
- Gates must be fabricated and coated in the shop and delivered to the site in one piece by barge.
- Gate Weldment: ASTM A709 Grade 50 steel, AWS D1.5 Bridge Welding Code with Fracture Critical Members.
- Fabricator Certification: AISC Certified Bridge Fabricator (Intermediate or Advanced with FCE) OR Certified Hydraulic Fabricator (Advanced).
- Coating: USACE System 5-E-Z Impacted Immersion Vinyl.
- Painter Certification: SSPC QP 1 OR AISC Complex Coating Endorsement. The provided Site Plan document details the McNary Navigation Lock layout, including crane specifications (Lampson LTL-1100 Transi-Lift) and site access, crucial for planning the heavy-lift operation.
Tentative Schedule
- Contract Award (NTP): April 2028
- Fabrication Complete: December 2029 (20 months from NTP)
- Site Work Window: 16 weeks during the 2030 Extended Columbia River Navigation Outage (January to April 2030).
Information Requested
Interested businesses should provide:
- Up to three current or past projects demonstrating similar technical experience, including a narrative, company role, dollar value, completion date, and special qualifications/certifications.
- A reference list for each project.
- Subcontracting plan (percentage and portions).
- Company business size status (Large, Small, HUBZone, SDVOSB, 8(a), small disadvantaged, or woman-owned) for NAICS 237990.
- A statement of intent to submit an offer when advertised.
- A statement of bonding capacity.
- Cage Code and SAM.gov Unique Entity ID (UEI).
- Responses to specific questions regarding fabrication time, barge delivery feasibility, crane requirements (size, availability, footprint), and site installation feasibility within the 16-week window.
Submission Details
- Response Due: May 12, 2026, by 3:00 PM.
- Submit to: Preston Jones, Contract Specialist, via email at preston.e.jones@usace.army.mil.
- This is for market research only; no reimbursement for costs, and respondents will not be notified of market analysis results. Monitor SAM.gov for future solicitations.