Real Estate Negotiation Services
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 (USACE) – Fort Worth District has issued a Sources Sought notice for Real Estate Negotiation Services across Texas, Arizona, California, Louisiana, and New Mexico. This market research aims to identify qualified firms for anticipated multiple Firm Fixed-Price Blanket Purchasing Agreements (BPAs). Responses are due February 5, 2026.
Purpose & Scope
This Sources Sought is for preliminary planning to gather information on industry interest, capabilities, and qualifications, including those of the small business community. The USACE requires non-personal real estate negotiation services, including personnel, equipment, and services, for properties within the specified states. Services must comply with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970. Negotiators will engage landowners, aiming for agreements within SOW terms, ensuring "just compensation" (up to 15% above appraised value), and handling various property types (vacant, improved, residential, commercial, industrial, rural). Key tasks include reviewing appraisals, documenting communications, preparing Negotiator's Reports, and submitting Offer to Sell Packets.
Contract Details
The USACE anticipates awarding multiple BPAs, each not exceeding $9 million, with a total approximate value of $70 million. Each BPA will have an estimated duration of five years. Calls under the BPA will be Firm Fixed Price. The primary NAICS code is 531390 - Other Activities Related to Real Estate, with a small business size standard of $19.5 million. The Product Service Code is R499. The acquisition strategy (including set-aside) will be determined based on market research responses. Potential set-asides for Small Business, 8(a), HUBZone, SDVOSB, or WOSB are being considered, with Large Businesses encouraged to respond and comply with FAR 52.219-9 if full and open competition occurs.
Response Requirements
Interested firms must submit a response limited to 5 pages, including:
- Firm's name, address, point of contact, phone, UEI, CAGE Code, and email.
- Experience with Real Estate contract negotiations (at least 3 project examples with description, customer, and dollar value).
- Business Size (LB, SB, 8(a), HUBZone, SDVOSB, WOSB).
- Indication of Joint Venture or other arrangements (if applicable).
- Feedback on utilizing a BPA with Firm Fixed Price calls.
- Other factors for evaluation, such as special licenses. Firms must have an active SAM.gov registration and comply with RFO FAR Part 40 and SPRS requirements.
Key Dates & Contact
- Responses Due: February 5, 2026, by 12:00 P.M. (CST).
- Anticipated Solicitation Release: On or about March 16, 2026.
- Estimated Quotation Due: On or about March 30, 2026.
- Submit Responses To: Terry A. Hardin at terry.a.hardin@usace.army.mil.
- Primary Contact: Terry Hardin (terry.hardin@usace.army.mil, 8178861048).
Additional Notes
This is a Sources Sought notice for information only and not a solicitation. No contract will be awarded from this notice. Potential offerors are responsible for monitoring the Government-Wide Point of Entry (GPE) for any future solicitation.