Loading...
PANMCC26P0000042657
Response Deadline
Jun 22, 2026, 8:00 PM(EDT)60 days
Eligibility
Contract Type
Sources Sought
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) Office of the Chief Information Officer (OCIO) Cemetery Enterprise Application Support (CEAS) Services Fiscal Year 2027 (FY27). 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 8(a), Service-Disabled Veteran Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Historically Underutilized Business Zone (HUBZone). All of these small business categories 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 program management support, defining and establishing business processes, developing, implementing and sustaining plans for operations and maintenance for Arlington National Cemetery (ANC) Office of Army Cemeteries (OAC) business systems which contain Department of War (DOW) Cemetery data. Additionally, the contractor shall provide enterprise architecture support in accordance with the DOW Architecture Framework. The objective of this effort is to provide program management support across the evolving Cemetery Management suite of cloud applications. The contractor shall enable the Project Management Office to manage the development and operations of Information Technology (IT) based systems to conduct cemetery operations and oversee the Change Control Board (CCB) and the Enterprise Architecture Governance Board (EAGB). The basic services include but are not limited to, non-personal services to provide management of OCIO CEAS Services as defined in the attached 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) database at https://www.sam.gov or sam.gov, potential offerors are encouraged to monitor for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 541511, “Custom Computer Programming Services,” with a size standard of $34.0M.
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 05 May 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 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@army.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.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
FDO SAM HOUSTON
W6QM MICC-FT BELVOIR
W6QM MICC-FT BELVOIR
9410 JACKSON LOOP SUITE 101
FORT BELVOIR, VA, 22060-5116
NAICS
Custom Computer Programming Services
PSC
IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR)
Set-Aside
Total Small Business Set-Aside (FAR 19.5)