Arlington National Cemetery (ANC) Landscape and Gardening
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 the Army is conducting a Sources Sought to identify qualified small businesses for Landscape and Gardening Services at Arlington National Cemetery (ANC) and U.S. Soldier’s Airmen Home National Cemetery (USSAHNC) for Fiscal Year 2027 (FY27). This market research specifically targets Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Businesses (SDVOSB), Historically Underutilized Business Zone (HUBZone), and 8(A) firms. Responses are due by April 16, 2026.
Scope of Work
The requirement includes providing all labor, materials, equipment, and supervision for comprehensive landscape installation, maintenance, gardening, and interior plant care services. Key tasks involve:
- Maintaining landscapes, tree basins, and interior plants.
- Managing invasive species.
- Planting and maintaining shrubs, perennials, groundcovers, ornamental grasses, roses, bulbs, and seasonal flowering annuals.
- Edging, weeding, mulching, and creating new landscape beds.
- Applying pesticides and fertilizers, and hand watering.
- Providing seasonal plants for Memorial Day, Veteran’s Day, and December holidays.
- Environmental impact awareness and compliance. The anticipated NAICS code is 561730, "Landscaping Services," with a $9.5M size standard.
Contract & Timeline
- Type: Sources Sought / Market Research (not a solicitation)
- Set-Aside: Total Small Business (specifically seeking WOSB, SDVOSB, HUBZone, 8(A))
- Response Due: April 16, 2026, 12:00 p.m. EST
- Published: March 26, 2026
- Place of Performance: Fort Myer, VA (ANC and USSAHNC)
Submission Requirements
Interested firms must submit a capability package (not exceeding 5 pages) via email to Amber Peeples (amber.k.peeples.civ@army.mil) and David Gecewicz (david.l.gecewicz2.civ@army.mil). The package should include:
- Firm details: name, POC, phone, email, UEI, CAGE, small business status (WOSB, SDVOSB, HUBZone, 8(A)), and NAICS.
- Interest as a prime contractor, and any subcontracting, joint venture, or teaming arrangements.
- Detailed previous experience on similar requirements, including adherence to FAR 52.219-14 (Limitation on Subcontracting).
- Information on commercial availability, pricing, delivery, and terms.
- Recommendations to structure requirements for competition.
- Identification of any conditions restricting competition (contact Scott Kukes).
- Recommendations to improve the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS).
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or commitment to procure services. The Government will not pay for information submitted. Not responding does not preclude participation in future solicitations.