SOURCES SOUGHT
Y -- NASA Wallops Beach Renourishment Project, Wallops Island, Virginia.
- Notice Date
- 3/12/2026 4:15:03 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
- W9123626SA1002
- Response Due
- 3/25/2026 11:00:00 AM
- Archive Date
- 04/09/2026
- Point of Contact
- MAJ George Jackson, Phone: 7572017712, Tiffany Kirtsey, Phone: 7572017132
- E-Mail Address
-
George.Jackson@usace.army.mil, tiffany.n.kirtsey@usace.army.mil
(George.Jackson@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 Beach Renourishment Project, Wallops Island, Virginia. Description of Work: The U.S. Army Corps of Engineers � Norfolk District is seeking eligible firms capable of performing beach nourishment at Wallops Island, VA. The work will be completed via hopper dredge while using the Unnamed Shoal �A� as the borrow source. More specifically, dredging will be permitted to a maximum depth of seven (7) feet below existing bottom within the borrow area. Existing bottom depths within the borrow source range between -34 ft NAVD88 and -60 ft NAVD88 based upon location. Dredged material generated by the project shall be transported and placed along the beach at Wallops Island. The borrow site will be located approximately eleven (11) miles from the placement site. Replenishment of the beach is estimated to require 1,500,000 to 2,500,000 cubic yards of pay volume and the Contractor shall be paid by cubic yard of material retained on the beach. The Contractor shall be responsible for the following: dredging within the designated area, transporting the dredged material to the beach at Wallops Island, discharging the material by hydraulic pump-off into placement site, grading the beach placement site to required elevations and dimensions, performing pre-placement and post-placement surveys of the dredged area and beach nourishment area, and communicating with maritime users to minimize impacts to vessel traffic, adjacent structures, and other dredging operations. In accordance with DFARS 236.204, 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 synopsis. 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. *There are no seasonal restrictions on hopper dredging for this project. 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 Wallops Beach Renourishment 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 dredge material placement sites with the inflows 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 dredging 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 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 MAJ George Jackson at George.Jackson@usace.army.mil, copying Tiffany N. Kirtsey at tiffany.n.kirtsey@usace.army.mil. Responses must be submitted no later than 23 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/333a5f0a4f594e6d9595354ba6fd846e/view)
- Place of Performance
- Address: Wallops Island, VA, USA
- Country: USA
- Country: USA
- Record
- SN07744078-F 20260314/260312230052 (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 |