Skip to content
Department of Defense

Real Estate Negotiation Services

Solicitation: W9126G26Q1B4E
Notice ID: b4a48c00f7ff4ab8bbd7ae559a111c91
TypeSources SoughtNAICS 531390PSCR499DepartmentDepartment of DefenseAgencyDept Of The ArmyPostedJan 26, 2026, 12:00 AM UTCDueFeb 05, 2026, 06:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 05, 2026. Industry: NAICS 531390 • PSC R499.

Market snapshot

Awarded-market signal for NAICS 531390 (last 12 months), benchmarked to sector 53.

12-month awarded value
$87,601
Sector total $1,653,287,284 • Share 0.0%
Live
Median
$87,601
P10–P90
$87,601$87,601
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($87,601)
Deal sizing
$87,601 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Fort Worth, TX • 76102-6124 USA

Point of Contact

Name
Terry Hardin
Email
terry.hardin@usace.army.mil
Phone
8178861048

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTHWESTERN • ENDIST FT WORTH • W076 ENDIST FT WORTH
Contracting Office Address
Fort Worth, TX
76102-6124 USA

More in NAICS 531390

Description

SOURCES SOUGHT NOTICE

For Real Estate Negotiation Services for properties located within Texas, Arizona, California, Louisiana, and New Mexico

U.S. Army Corps of Engineers

This is a SOURCES SOUGHT notice; a market survey, for information only, to be used for preliminary planning purposes.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.  No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests.  Not responding to this notice does not preclude participation in any future procurement.  If a solicitation is released, it will be synopsized in the Government-Wide Point of Entry (GPE).  It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.  Responses to the sources sought will be utilized with other market research methods to establish the planned acquisition strategy.  The planned acquisition strategy will be posted as a change to this synopsis, as required by regulation.

The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).  All Large and Small Businesses are highly encouraged to respond to solidify the acquisition strategy.

The acquisition strategy will be determined based on responses received from this notice and/or other market research methods.

The U.S. Army Corps of Engineers – Fort Worth District has been tasked to solicit for and award multiple Blanket Purchasing Agreements (BPAs) not exceeding $9 million each (total approximate value of $70 million) for firms to provide negotiations and negotiation services for properties located within Texas, Arizona, California, Louisiana, and New Mexico, based on mission requirements. Anticipated project will be a competitive, firm-fixed price, BPA in accordance with Revolutionary FAR Overhaul (RFO) Part 12 (effective February 1, 2026).

Minimum experience requirements: Experience with Real Estate contract negotiations and negotiation services.

Estimated duration of the BPA is 5 years.

The North American Industry Classification System (NAICS) code for this procurement is 531390 - Other Activities Related to Real Estate which has a small business size standard of $19,500,000.

The Product Service Code is R499.

Should this action be set-aside for small business, firms are reminded of the requirements under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 50% of the amount paid by the Government to the prime’s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

Should this action be solicited as Full and Open Competition, Large Business(es) must comply with FAR 52.219-9 by submitting an acceptable Small Business Subcontracting Plan.

Anticipated solicitation issuance date is on or about 16 March 2026, and the estimated quotation due date will be on or about 30 March 2026.  The official notice citing the solicitation number will be issued via the GPE and firms are to register electronically to receive a copy of the solicitation when it is issued.

Response to this Notice shall be limited to 5 pages and shall include the following information:

Firm’s name, address, point of contact, phone number, Unique Entity Identifier (UEI), CAGE Code, and e-mail address.

Firm’s experience with Real Estate contract negotiations and negotiation services:

  • Brief description of the project, customer name, and dollar value of the project – provide at least 3 examples.

Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.

Will the firm submit a response as a Joint Venture or other arrangement?

  • If YES, provide specific type: Joint Venture, Mentor-Protégé, Teaming Arrangement, or Other

Are there any issues with utilizing a BPA with Firm Fixed Price calls to complete this work?

Other than past performance are there factors we should consider evaluating such as special licenses that are required?

Eligibility

To be eligible for contract award, interested parties must have an active registration in the System for Award Management (SAM) at https://www.sam.gov.

All security prohibitions and exclusions will be managed in accordance with RFO FAR Part 40. See RFO FAR 52.240-90 and 52.240-91 for details. Contracting will verify compliance a contractor makes in response to FAR 52.240-90.

The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79.  Review NIST SP 800-171 for further information.

Interested Firms shall respond to this Notice no later than 12:00 P.M. (CST) on 5 February 2026.  Please email your response to Terry A. Hardin at terry.a.hardin@usace.army.mil.   

**See attached scope of work for details**

*EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.