Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
MODIFICATION

Y -- NASA Wallops Breakwater Project in Wallops Island, Virginia

Notice Date
3/5/2026 10:01:19 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123626SA001
 
Response Due
3/20/2026 2:00:00 PM
 
Archive Date
04/04/2026
 
Point of Contact
CALEB BOOKOUT, Phone: 7572017797, Tiffany Kirtsey, Phone: 7572017132
 
E-Mail Address
brian.c.bookout@usace.army.mil, tiffany.n.kirtsey@usace.army.mil
(brian.c.bookout@usace.army.mil, tiffany.n.kirtsey@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers � Norfolk District is anticipating a future procurement for a firm-fixed-price construction contract for NASA Wallops Breakwater Project, Wallops Island, Virginia. Description of Work: The U.S. Army Corps of Engineers � Norfolk District is seeking eligible firms capable of constructing breakwaters along the beach of Wallops Island. The number of proposed breakwaters for this project will be between two to four and placed approximately 200 feet offshore (from Mean High Water elevation). Each breakwater will be constructed of Type II rip rap for armor stone and VDOT Class III stone for core stone. The weight of material for each breakwater is approximately 10,000 tons. Breakwaters are to be placed on 12-inch-thick marine mattress with geotextile fabric. Water depths for breakwater placement range between -9.5 ft and -12.0 ft NAVD88. Each breakwater will be constructed to a crest height of +7 ft NAVD88. Material for breakwaters may be transported to the project site either by land or sea. Construction of breakwaters may occur either by land or sea. Various work restrictions are expected due to active rocket launches within the vicinity of the project site, which will require all construction activities to stop and personnel to vacate the premises for hours to day(s). In accordance with DFARS 236.204(i), the estimated construction price range for this project is between $10,000,000 and $25,000,000. NAICS Code 237990, Other Heavy and Civil Engineering Construction, applies to this project. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. Construction Time: The work will commence first with performance beginning within 30 calendar days of receipt of Notice-to-Proceed (NTP). The construction period of performance will be approximately 325 calendar days from issuance of the NTP. INDUSTRY SURVEY The following confidential survey questionnaire is designed to apprise the Corps of prospective contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to NASA Breakwater Project. Please provide company�s name, address, point of contact, phone number, and e-mail address. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Have you worked on jobs similar in nature, complexity and magnitude to this project within the past 5 years? Have you managed the breakwater construction similar in magnitude to this project in the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact (s) and phone number, as a reference of relevant experience. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is the largest breakwater construction contract, in dollars, on which you were the prime contractor? What is your bonding capacity per contract? What is your total bonding capacity? What is your firm�s business size (e.g., LB, SB, 8(a), HUBZone, SDVOSB, WOB)? Are you familiar with the safety and health requirements of EM 385-1-1? Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation on the part of the U.S. Army Corps of Engineers�Norfolk District to issue a contract or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs�(8)(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned. Please submit capability packages and responses to the above questions via email to Caleb Bookout at Brian.C.Bookout@usace.army.mil, copying Tiffany N. Kirtsey at tiffany.n.kirtsey@usace.army.mil. Responses must be submitted no later than Close of Business 20 March 2026. The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. No attachments or links have been added to this opportunity.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/89941edd9a7e43db8fc0daad0d1dc83c/view)
 
Place of Performance
Address: Wallops Island, VA, USA
Country: USA
 
Record
SN07735329-F 20260307/260305230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.