Navigate the lattice: hubs for browsing, trends for pricing signals.
Arlington National Cemetery Southern Expansion Construction Management Services in support of USACE Norfolk District, Northern Virginia Area Office // THIS IS A SOURCES SOUGHT NOTICE ONLY; IT IS NOT A REQUEST FOR PROPOSALS. // ONLY INTERESTED FIRMS WHO HAVE ACTIVE 8(A) CERTIFICATIONS SHOULD RESPOND TO THIS NOTICE UNDER NAICS 541330, ENGINEERING SERVICES, WITH A SMALL BUSINESS SIZE STANDARD OF $25.5 MILLION. // This is a Sources Sought Notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only, to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any costs incurred in the preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice. // The Norfolk District, U.S. Army Corps of Engineers is seeking interested Small Business 8(a) Firms to potentially provide Construction Management Services (CMS) and Quality Assurance (QA) in support Arlington National Cemetery Southern Expansion Phase II and Phase III located in Arlington, VA as described below under a Single Award Task Order Contract (SATOC). // [[ The following construction projects require support services: 1. ANCSE Phase II ? This contract was awarded in April 2023 as part of a multi-project program to extend the cemetery. The scope of Phase II is to provide a complete and usable Operations Complex for Arlington National Cemetery (ANC). The improvements associated with this construction include a new service complex, office building, warehouse, maintenance bays, and a parking structure. The maintenance bays along Columbia Pike are subterranean structures with a green roof. Phase IIB - West Parcel construction provides the infrastructure required to connect the new Operations Complex to the existing cemetery. This infrastructure includes, but is not limited to internal cemetery drives, redundant water source, communication connection from the cemetery to the new Operations Complex, and stormwater infrastructure. Both sites will be enclosed by an ornamental security and boundary fence extending the existing cemetery secure bounds. 2. ANCSE Phase III ? This construction contract is pending award in February 2026 and is also part of a multi-project program to extend the cemetery. The scope of Phase III consists of horizontal and vertical construction to increase burial space at ANC by extending the south side of the grounds by nearly 50 acres. Phase III will create approximately 80,000 additional interments, including above ground cremated, in-ground cremated, in-ground traditional casketed, and in-ground crypts. A network of roadways, sidewalks, and pedestrian walkways will be constructed and tied into the existing system at ANC. To maintain the ANC character and status as a level III arboretum, extensive landscaping and horticulture plantings are included. ]] // The following typical construction disciplines will be required: Civil, Mechanical, Electrical, Architectural, Structural, Horticultural/Landscape, Cost Estimator, and Scheduler. // Norfolk District seeks interested SMALL BUSINESS 8(a) Firms who meet the following criteria: Active 8(a) certification, At least 3 years of eligibility from the date of this sources sought posting, Qualified as a small business under NAICS 541330, Specialized experience performing CMS and QA for DoD agencies. // While Norfolk District is seeking interested Small Businesses to satisfy this requirement, all interested firms are encouraged to respond to this Sources Sought. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested capable, qualified and responsive SMALL BUSINESS 8(a) Prime Contractors are encouraged to reply to this Sources Sought announcement. [[ Interested contractors should furnish the following information: Capabilities Statement Requirement: Capabilities statements shall not exceed 5 single side pages with single spaced 11 font text, including any pictures, diagrams, graphics, etc.1. Firm name, mailing address, email address, phone number, and point of contact. 2. Indicate business size in relation to the NAICS code 541330, Engineering Services. Provide your company Cage code and UEI number to verify your business status as a qualified 8(a) Small Business (SB), including any other potential set-aside determinations: Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Women-Owned, etc., Contractors must be registered in the System for Award Management (SAM) at time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative describing primary business lines and the geographic regions your Firm serves. 4. Describe how your Firm, through in-house forces or subcontract support, has the technical capability and capacity to provide CMS and QA for the requirements described above. 5. If your Firm intends to utilize subcontract or external support, please describe how you will obtain these capabilities in a timely fashion at time of need. 6. Firms are also invited to describe any other specialty disciplines you anticipate may be needed to provide CMS and QA for the requirements mentioned above. ]] This Sources Sought shall not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement-sensitive and is being used for market research to identify potential sources. // [[ Responses: Interested Firms should submit a capabilities statement, no later than 3:00 PM EST, 11 February 2026 to Adeline Fuata at Adeline.F.Fuata@USACE.Army.Mil. Use the Subject Line: W9123626X1B44 CMS Sources Sought ]]
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.