NASA Wallops Breakwater Project in Wallops Island, Virginia
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 – Norfolk District is conducting a Sources Sought for the NASA Wallops Breakwater Project in Wallops Island, Virginia. This market research aims to identify eligible firms capable of constructing 2-4 rip rap breakwaters, with an estimated value between $10,000,000 and $25,000,000. Responses are due by March 20, 2026.
Purpose
This is a Sources Sought notice for market research purposes only, not a request for proposals. The Government will use responses to determine an acquisition strategy for a future firm-fixed-price construction contract. No solicitation, specifications, or drawings are available for immediate bidding, though preliminary documents have been provided for informational purposes.
Anticipated Scope of Work
The project involves constructing between two to four breakwaters approximately 200 feet offshore (from Mean High Water elevation) at Wallops Island. Each breakwater will be built using Type II rip rap for armor stone and VDOT Class III stone for core stone, with an approximate weight of 10,000 tons per breakwater. They will be placed on a 12-inch-thick marine mattress with geotextile fabric, in water depths ranging from -9.5 ft to -12.0 ft NAVD88, and constructed to a crest height of +7 ft NAVD88. Material transport and construction may occur by land or sea. Work restrictions are anticipated due to active rocket launches, requiring temporary cessation of activities.
Contract Details & Timeline
- Opportunity Type: Sources Sought
- Estimated Value: $10,000,000 - $25,000,000
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Set-Aside: None specified (market research stage, socio-economic categories requested)
- Anticipated Construction Period: Approximately 325 calendar days from Notice-to-Proceed.
- Response Due: March 20, 2026, Close of Business
- Published: March 5, 2026
Information Requested from Industry
Interested firms are requested to provide a confidential survey response addressing:
- Company information (name, address, POC, phone, email).
- Interest in bidding and reasons if not.
- Experience with similar projects (nature, complexity, magnitude) within the past 5 years, including specific breakwater construction projects, dollar values, and references.
- Intended bidding structure (sole, prime with subcontractor, or joint venture).
- Contract dollar limit and largest breakwater prime contract value.
- Bonding capacity (per contract and total).
- Firm's business size (e.g., LB, SB, 8(a), HUBZone, SDVOSB, WOB) and all applicable socio-economic categories.
- Familiarity with EM 385-1-1 safety and health requirements.
Available Preliminary Documents
Preliminary documents, marked "NOT FOR CONSTRUCTION," provide insight into the anticipated project scope:
- Specifications: Detail requirements for breakwater construction (stone revetments, polymeric marine filter mattress), general requirements, safety (EM 385-1-1), and environmental controls.
- Plans: Engineering drawings for breakwater construction, including layout, cross-sections, details, and material schedules.
- Geotechnical Data Reports (GDR): Summarize subsurface conditions, soil properties (e.g., Poorly Graded Sand), and geotechnical recommendations.
- Munitions and Explosives of Concern (MEC) Probability Assessments: Conclude a "Low Probability" of encountering MEC in the project areas.
Submission Requirements & Important Notes
Submit capability packages and survey responses via email to Caleb Bookout (Brian.C.Bookout@usace.army.mil), copying Tiffany N. Kirtsey (tiffany.n.kirtsey@usace.army.mil). Only requested narrative information will be reviewed. This notice does not obligate the Government to issue a contract or reimburse costs for responses. All prospective contractors must be registered in SAM.gov prior to contract award.