Correct FCA Deficiencies Camp Nelson National Cemetery, KY Project 833-030
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 Department of Veterans Affairs (VA), National Cemetery Administration (NCA), has issued a Sources Sought Notice for market research to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of performing construction services for the Correct FCA Deficiencies Project 833-030 at Camp Nelson National Cemetery, Nicholasville, KY. This project aims to address Facility Condition Assessment (FCA) deficiencies. Responses are due April 29, 2026.
Scope of Work
This project involves comprehensive construction and rehabilitation services for cemetery infrastructure. The scope includes, but is not limited to:
- Improvements to roadways, pavements, curbs, gutters, and sidewalks.
- Drainage system repairs and reconstruction, including catch basins.
- Work at the cemetery entrance, 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. Detailed technical specifications and architectural drawings, including a "Bid Set" for historic wall restoration, are available, outlining existing conditions, preservation methods, repair techniques, and materials.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research Only)
- Anticipated Contract Type: Firm-Fixed-Price (FFP) via Sealed Bidding (IFB)
- Anticipated Magnitude: Between $5,000,000 and $10,000,000
- Anticipated Period of Performance: Approximately 360 calendar days
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 237990 – Other Heavy and Civil Engineering Construction (Size Standard: $45.0 Million)
- Anticipated Evaluation: Lowest Price Technically Acceptable / Responsible Bidder
- Response Due: April 29, 2026, at 10:00 AM EST
- Published: April 13, 2026
Submission Requirements
Interested SDVOSBs must submit:
- Company Information: Name, UEI, business size, socioeconomic status, SAM.gov registration.
- SDVOSB Certification: Verification in SBA VetCert.
- Statement of Interest: Intent to bid if a solicitation is issued.
- Capability Statement (max 10 pages): Highlight relevant prime contractor experience on similar projects (scope, size $5M-$10M, complexity), detailing self-performed vs. subcontracted work.
- Past Performance: Minimum of 3 recent and relevant projects (contract number, value, location, customer contact).
- Key Personnel: Resumes and certifications for Project Manager, Superintendent, and Safety Officer.
- Bonding Capacity: Single and aggregate limits.
- Subcontracting Approach: Identification of key subcontractors/trades.
- Safety and Compliance: Ability to comply with OSHA, confirmation of OSHA-trained personnel, and identification of a competent person.
Key Documents
- Bid Set Drawings (VOL 2): Provides comprehensive architectural drawings, details, and notes for the historic wall restoration, including specific conditions, preservation methods, and repair techniques. Essential for understanding the technical scope.
- Master Specifications Table of Contents: Outlines all divisions and sections of the project's technical specifications, serving as a roadmap to detailed requirements for materials, installation, testing, and quality assurance across all construction aspects.
Additional Notes
This is a Sources Sought notice for market research only and not a solicitation. The Government will not reimburse costs for responses. Information gathered will inform the acquisition strategy. Submissions should be emailed to Clarelle Sylvain (Clarelle.sylvain@va.gov) with the subject "Sources Sought Response – Camp Nelson National Cemetery Project".