Advanced Horsemanship Course
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 DEPT OF THE ARMY, specifically the W6QM MICC-FT BELVOIR office, is conducting a Sources Sought for an Advanced Horsemanship Course for the 3d U.S. Infantry Regiment's "The Old Guard" Caisson Detachment. This notice indicates the U.S. Government's intent to award a sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract to Live Oak Plantation Combined Driving for this training. This is a Total Small Business Set-Aside. Responses are due by February 15, 2026, at 10:00 A.M. Eastern Time.
Scope of Work
The course is required to prepare horses for ceremonies and work in Arlington National Cemetery (ANC) in traces, pulling the Caisson wagon, and assisting with the execution of State Funerals. The 3d U.S. Infantry Regiment is the Army's official ceremonial unit and escort to the president.
Contract & Timeline
- Type: Sources Sought (intended sole-source IDIQ)
- Intended Contractor: Live Oak Plantation Combined Driving
- Duration: 48 months
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 611620 Sports and Recreation Instruction
- Response Due: February 15, 2026, 10:00 A.M. ET
- Published: January 15, 2026
- Place of Performance: Fort Myer, VA
Information Requested from Potential Sources
Interested parties are requested to provide:
- Contract numbers, dollar values, and descriptions of previously or currently performed work demonstrating ability to satisfy technical services requirements.
- Point of contact information for cited efforts.
- Identification of any conditions unnecessarily restricting competition and suggested alternatives.
- Firm name, point of contact, phone, email, SAM Unique Entity ID, CAGE code, business size, and small business status/certifications.
- Interest in competing as a prime contractor, or details on subcontracting, joint ventures, or teaming arrangements.
- Detailed information on previous experience with similar requirements (prime or subcontractor), including size, scope, complexity, timeframe, and certifications.
- Information to determine if the requirement is commercially available, including pricing, basis for pricing, delivery schedules, and customary terms.
- Recommendations on how to structure contract requirements to facilitate competition, especially among small businesses.
- Recommendations to improve the Army's approach, specifications, or draft PWS/PRS.
Submission Requirements
- Responses must be submitted no later than 10:00 A.M. Eastern Time, February 15, 2026.
- Submit responses to LTC Paul Kilgore (paul.m.kilgore.mil@army.mil) and Major Tavon Cooper (tavon.m.cooper.mil@army.mil).
- For competition concerns, contact MICC Advocate for Competition Scott Kukes (scott.d.kukes.civ@army.mil or 520-944-7373).
Additional Notes
This is NOT a solicitation, RFQ, IFB, or RFP; the government is not seeking quotes or proposals at this time. No payment will be made for information or costs incurred in response to this notice. Not responding does not preclude future participation if a solicitation is released. Potential offerors are responsible for monitoring the Governmentwide Point of Entry for future information.