Correct FCA Deficiencies Camp Nelson National Cemetery, KY Project 833-030
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: KY. Response deadline: Apr 29, 2026. Industry: NAICS 237990 • PSC Y1PZ.
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 35 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237990
Description
SOURCES SOUGHT NOTICE (Market Research Purposes Only)
1. GENERAL INFORMATION
This is a Sources Sought Notice issued for market research purposes only in accordance with FAR Part 10. This notice is not a solicitation and shall not be construed as a commitment by the Government to award a contract or to pay for any information submitted in response.
The Department of Veterans Affairs, National Cemetery Administration (NCA), is seeking to identify qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of performing construction services for a project at Camp Nelson National Cemetery, Kentucky.
2. PROJECT DESCRIPTION
The purpose of this project is to provide construction services to correct Facility Condition Assessment (FCA) deficiencies at Camp Nelson National Cemetery.
The scope of work includes, but is not limited to:
- Construction and rehabilitation of cemetery infrastructure
- Improvements to roadways, pavements, curbs, gutters, and sidewalks
- Drainage system repairs and reconstruction (including catch basins)
- Work at the entrance of the cemetery, flagpole area, retention pond, and maintenance yard
- Rehabilitation of historic cemetery elements and support facilities
- Construction of optional elements such as storage buildings and site improvements
All work will be performed in accordance with the plans, specifications, and construction documents provided in the future solicitation.
The anticipated magnitude of construction for this requirement is between:
$5,000,000 and $10,000,000
The anticipated Period of Performance is approximately 360 calendar days from issuance of Notice to Proceed (NTP).
3. NAICS CODE AND SIZE STANDARD
- NAICS Code: 237990 – Other Heavy and Civil Engineering Construction
- Size Standard: $45.0 Million
4. SOCIOECONOMIC SET-ASIDE
The Government intends to determine whether this requirement can be set aside for:
Service-Disabled Veteran-Owned Small Businesses (SDVOSB)
Interested firms must be:
- Verified in SBA VetCert (formerly VIP)
- Registered in SAM.gov
5. CONTRACT TYPE AND ACQUISITION STRATEGY
The Government anticipates awarding a:
- Firm-Fixed-Price (FFP) contract
- Using Sealed Bidding Procedures (IFB)
- Award will be made to the Lowest Price Technically Acceptable / Responsible Bidder, as applicable
6. SUBMISSION REQUIREMENTS
Interested and capable firms are requested to submit a response that includes the following:
1. Company Information
- Company name
- UEI number
- Business size and socioeconomic status
- SAM.gov registration confirmation
2. Proof of SDVOSB Certification
Verification in SBA VetCert
3. Statement of Interest
Indicate intent to submit a bid/proposal if a solicitation is issued
4. Capability Statement (no more than 10 pages preferred)
Include:
- Relevant experience as Prime Contractor on similar projects
- Projects of similar scope, size ($5M–$10M), and complexity
- Description of self-performed work vs subcontracted work
5. Past Performance
- Minimum of 3 recent and relevant projects
- Include contract number, dollar value, location, and customer contact
6. Key Personnel
- Project Manager
- Superintendent
- Safety Officer
- Include resumes and certifications
7. Bonding Capacity
Single and aggregate bonding limits
8. Subcontracting Approach
Identification of key subcontractors and trades (if applicable)
9. Safety and Compliance
- Ability to comply with OSHA requirements
- Confirmation of OSHA-trained personnel (10-hour / 30-hour)
- Identification of a competent person per 29 CFR 1926
7. SUBMISSION INSTRUCTIONS
Responses shall be submitted via email to:
Contracting Officer: Clarelle Sylvain
Email: Clarelle.sylvain@va.gov
Subject Line: Sources Sought Response – Camp Nelson National Cemetery Project
Response Due Date: April 29th, 2026, at 10:00 AM EST
8. DISCLAIMER
This Sources Sought Notice is for planning and market research purposes only. This is not a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quote (RFQ).
The Government will not reimburse any costs associated with responding to this notice. Any information received may be used to determine the appropriate acquisition strategy.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
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.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.