Arlington National Cemetery Automatic Doors Maintenance 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. Department of the Army, through MICC – Fort Belvoir, is conducting a Sources Sought to identify qualified Small Businesses capable of providing Automatic Door Maintenance Services for Arlington National Cemetery (ANC) in Fort Myer, VA. This market research aims to gather information for a potential future requirement for Fiscal Year 2026 (FY26). Responses are due by March 17, 2026.
Purpose
This is a Sources Sought Notice for planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government seeks to identify interested and capable 100% Small Businesses to provide non-personal services for automatic door maintenance. The information gathered will inform future acquisition strategies, including potential small business participation.
Scope of Work
The requirement is for comprehensive, all-inclusive preventive maintenance (PM) and on-call repair services for automatic door systems at Arlington National Cemetery. This includes:
- Quarterly preventive maintenance (inspection, lubrication, adjustment, cleaning, safety checks).
- On-call repair services for both emergency (24/7) and routine malfunctions.
- Contractor to provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other non-personal services.
- Replacement parts must be Original Equipment Manufacturer (OEM) or approved equivalents.
- Adherence to ANSI/BHMA A156.10 and A156.19 standards, ADA compliance, and all regulations.
- Technicians must possess current AAADM certification and a minimum of seven (7) years of experience.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238290, “Other Building Equipment Contractors” ($22.0M size standard)
- Anticipated Period of Performance: One (1) base year (July 2, 2026 - July 1, 2027) and two (2) 12-month option years, for a total of three years.
- Response Due: March 17, 2026, at 12:00 p.m. Eastern Standard Time
- Published: February 24, 2026
Submission Requirements
Interested firms should submit a capability package (max 5 pages) via email to Amber Peeples (amber.k.peeples.civ@army.mil) with a courtesy copy to David Gecewicz (david.l.gecewicz.civ@army.mil). The response must include:
- Firm name, point of contact, phone, email, UEI, CAGE code, statement confirming small business 8(a) status (if applicable), and NAICS code.
- Indication of interest as a prime contractor, and any planned subcontracting, joint ventures, or teaming arrangements.
- Detailed information on previous similar experience (prime/sub, size, scope, complexity, timeframe, government/commercial).
- Information on commercial availability, pricing, terms, and warranties.
- Recommendations to structure contract requirements for competition and to improve the draft PWS/PRS.
- Identification of any conditions restricting competition.
Additional Notes
This is not a request for quotes, bids, or proposals. The Government will not pay for information submitted. Not responding does not preclude participation in any future solicitation. Potential offerors are responsible for monitoring SAM.gov for future updates.