Arlington National Cemetery Automatic Doors Maintenance Services

Project ID: PANMCC26P0000040054 FederalOpportunitiesSources Sought
Overview
AgencyMICC Fort Belvoir
Deadline03/11/26
Posted02/24/26
Estimated Value$50,000 - $200,000 (AI estimate)
Set AsideSmall Business
NAICS238290 - Other Building Equipment Contractors
PSCJ059 - Maint/Repair/Rebuild Of Equipment- Electrical And Electronic Equipment Components
LocationFort Myer, VA 22211 United States
Description
Primary Latest Change

Posted: Feb. 11, 2026, 11:33 a.m. EST THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to identify parties having an interest in and the resources to support the requirement for Arlington National Cemetery (ANC) Automatic Door Fiscal Year 2026 (FY26). This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. This sources sought is seeking responses from 100% Small Businesses. All Small Businesses are highly encouraged to identify capabilities in meeting the requirements. MICC Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified small business sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services to provide management of Automatic Door Maintenance Services as defined in this Performance Work Statement (PWS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 811310, Maintenance, Repair, and Rebuilding of Equipment Electrical and Electronic Equipment Components, with a size standard of $12.5M. Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS). Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialists, Amber Peeples, at amber.k.peeples.civ@army.mil with a courtesy copy (cc) to, Contracting Officer David Gecewicz, at david.l.gecewicz.civ@army.mil, no later than 17 March 2026 at 12:00 p.m. Eastern Standard Time. In response to this source sought, please provide: 1) Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, CAGE code, a statement confirming small business 8(a) status and the corresponding NAICS code. 2) Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3) Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. a. Offerors must meet requirements outlined in FAR 52.219-14 Limitation of Subcontracting. Specifically, (1) Services it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. 4) Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5) Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7) Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. The capability packages for this sources sought are not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages.

Summary (Newest Update)

Background The U.S. Government, specifically the Mission and Installation Contracting Command (MICC) at Fort Belvoir, Virginia, is conducting a Sources Sought Notice to identify small businesses capable of providing Automatic Door Maintenance Services for Arlington National Cemetery (ANC) for Fiscal Year 2026. ANC is a significant site, receiving up to six million visitors annually, including high-profile dignitaries. The reliable operation of automatic doors at the Welcome Center and Administration Building is crucial for managing visitor flow and ensuring dignified access for families during funerals and ceremonies. The contract aims to ensure that these doors function flawlessly, reflecting the importance of the site. Work Details The contractor will provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary for automatic door inspections, preventive maintenance, and repairs as outlined in the Performance Work Statement (PWS). Key tasks include: - Conducting routine inspections with a 14-point checklist to identify safety hazards. - Performing scheduled Preventive Maintenance (PM) quarterly on all automatic door systems. - Providing timely repairs for any make or model of automatic door with emergency service available 24/7. - Maintaining compliance with safety standards such as ANSI/BHMA A156.10 and A156.19 and regulations like the Americans with Disabilities Act (ADA). - Documenting all service visits with detailed reports and ensuring transparent invoicing. - Managing an accurate inventory of all automatic doors including service history to support government decisions regarding asset management. Period of Performance The anticipated period of performance includes one base year of 12 months starting from July 2, 2026, with two additional option years each lasting 12 months. Place of Performance The services will be performed at Arlington National Cemetery located in Arlington, Virginia.

Current: Posted: Feb. 24, 2026, 9:03 a.m. EST THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to identify parties having an interest in and the resources to support the requirement for Arlington National Cemetery (ANC) Automatic Door Fiscal Year 2026 (FY26). This is a Sources Sought Notice and should not be construed as a solicitation announcement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Mission and Installation Contracting Command (MICC) Fort Belvoir, Virginia to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. The Government is seeking responses to this Sources Sought Notice from all interested businesses capable of providing the requirement. This sources sought is seeking responses from 100% Small Businesses. All Small Businesses are highly encouraged to identify capabilities in meeting the requirements. MICC Fort Belvoir is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified small business sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services to provide management of Automatic Door Maintenance Services as defined in this Performance Work Statement (PWS). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the System Award Management (SAM) https://www.sam.gov or sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) https://www.sam.gov or sam.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 238290, Other Building Equipment Contractors, with a size standard of $22.0M. Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS). Responses to this Sources Sought Notice shall be e-mailed to the Contract Specialists, Amber Peeples, at amber.k.peeples.civ@army.mil with a courtesy copy (cc) to, Contracting Officer David Gecewicz, at david.l.gecewicz.civ@army.mil, no later than 17 March 2026 at 12:00 p.m. Eastern Standard Time. In response to this source sought, please provide: 1) Name of the firm, point of contact, phone number, email address, Unique Entity Identifier (UEI) number, CAGE code, a statement confirming small business 8(a) status and the corresponding NAICS code. 2) Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3) Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. a. Offerors must meet requirements outlined in FAR 52.219-14 Limitation of Subcontracting. Specifically, (1) Services it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. 4) Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5) Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 6) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7) Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. The capability packages for this sources sought are not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages.
Contacts
Contact nameAmber Peeples
Contact emailamber.k.peeples.civ@army.mil
Contact phone(520) 671-5013
Secondary contact nameDavid L. Gecewicz
Secondary contact emaildavid.l.gecewicz2.civ@army.mil
Secondary contact phone(703) 969-2757
Same Region Opportunities