CSRM Charleston Peninsula Project
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 U.S. Army Corps of Engineers (USACE), Charleston District, is conducting market research through a Sources Sought notice for the Charleston Peninsula Coastal Storm Risk Management (CSRM) project in Charleston, SC. This initiative seeks to identify qualified businesses for upcoming phases of significant coastal flood protection and seawall construction. Responses are due by May 28, 2026.
Purpose & Scope
This is a market research effort, not a solicitation, aimed at gathering industry capabilities and input on potential procurement strategies for the CSRM project. The project involves two primary work elements:
- Adger's Wharf: Construction of approximately 1,200 linear feet of seawall and pedestrian promenade, with an estimated Rough Order of Magnitude (ROM) cost of $15M - $30M.
- Lockwood Drive: Construction of approximately 7,820 linear feet of a coastal flood protection system, including tide gates, public promenade, ADA-compliant tie-ins, pedestrian ramps, and nature-based shoreline enhancements. The estimated ROM cost for this element is $150M - $250M.
Contract Details & Strategies
- Opportunity Type: Sources Sought (Market Research)
- Product Service Code: Y1PZ (Construction Of Other Non Building Facilities)
- NAICS: 237990 (Heavy and Civil Engineering Construction), with a small business size standard of $45 million.
- Potential Acquisition Strategies: USACE is considering various delivery methods, including Design-Build (DB), Design-Build-to-Budget (DB2B), Integrated Design & Construction (IDAC), and Design-Bid-Build (DBB). Industry feedback on these strategies is specifically requested.
Submission Requirements
Interested firms should provide:
- A statement of intent and interest in specific project elements.
- Firm profile, including name, address, Point of Contact (POC), CAGE code, and UEI.
- Socio-economic status (e.g., 8(a), HUBZone, SDVOSB, WOSB).
- Bonding capability.
- Three relevant heavy civil construction project examples where the firm served as the prime contractor.
- Details on technical approach and institutional experience related to adaptive capacity of flood protection structures, including design of phased structures and interface strategies.
- Feedback on preferred delivery methods (DB, DB2B, IDAC) and rationale.
- Responses regarding Project Labor Agreements (PLAs).
Key Dates & Contacts
- Response Due Date: May 28, 2026, at 4:00 PM Eastern Time.
- Published Date: April 30, 2026.
- Primary Point of Contact: Addison Layfield, addison.g.layfield@usace.army.mil, 843-329-8194.
- Secondary Point of Contact: Evelyn Halliburton, EVELYN.I.HALLIBURTON@USACE.ARMY.MIL, 843-329-8208.
- Submission Subject Line: "SS RESPONSE: W912HP26S0001 FIRM NAME".
Important Notes
This notice is for market research purposes only and does not constitute a solicitation. The Government will not pay for information submitted, and responses will not be used for future evaluations.