SOURCES SOUGHT
S -- REQUEST FOR INFORMATION (RFI) - AUTONOMOUS (ROBOTIC) MOWERS ACROSS NAVFAC SE REGION
- Notice Date
- 11/12/2025 1:39:57 PM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-26-R-PW02
- Response Due
- 11/25/2025 11:00:00 AM
- Archive Date
- 12/10/2025
- Point of Contact
- Rebecca Jones, Phone: 9045024575
- E-Mail Address
-
rebecca.m.jones75.civ@us.navy.mil
(rebecca.m.jones75.civ@us.navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR EITHER A QUOTE OR PROPOSAL, OR AN INVITATION FOR A BID. THE INTENT OF THIS RFI IS TO OBTAIN INFORMATION FROM INDUSTRY ON PERFORMING MOWING SERVICES THROUGH THE USE OF AUTONOMOUS (ROBOTIC) MOWERS ON NAVY INSTALLATIONS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE CURRENTLY AVAILABLE. Background Naval Facilities Engineering Systems Command (NAVFAC) Southeast (SE) is exploring the use of autonomous mowers for mowing services across various installations across the SE region. The Government is seeking to obtain information from industry regarding the provision of mowing services utilizing autonomous mowers. This information will support future procurement and contract development for recurring and non-recurring mowing services across Navy installations. The use of autonomous mowers is anticipated to improve efficiency, reduce labor costs, and minimize environmental impact while maintaining high standards of service. Purpose There is a need to understand the practical integration of autonomous mowers into existing facility management operations. Challenges include ensuring smooth coordination with current groundskeeping staff and addressing potential safety concerns. The Government seeks to explore the cost-effectiveness of autonomous mowers in comparison to traditional methods. Additionally, there is a need to understand how autonomous mowers can handle mowing in various locations, terrains and obstacles across naval installations, i.e., airfields, around facilities and around obstructed areas. Autonomous mowers are expected to collect data on operational efficiency and performance. The Government is interested in how this data can be leveraged to optimize service delivery, track maintenance schedules, and improve service quality. Desired Outcome The Government intends to contract for mowing services that utilize autonomous mowers, where the focus is on performance and operational outcomes, rather than equipment purchase. The goal is to develop contracts that are flexible and scalable to meet changing needs. The Government seeks to optimize mowing services through the use of autonomous mowers, aiming to reduce costs associated with traditional labor and equipment maintenance while ensuring high-quality results. The Government is interested in understanding the full spectrum of support options for autonomous mowers, including preventative maintenance, troubleshooting, repairs, and software updates. Specific Areas of Input Requested/Questions What are the key benefits and challenges associated with integrating autonomous mowers into existing facilities management operations, especially in areas with variable terrain? Can autonomous mowers be adapted to meet different facility sizes and mowing requirements (e.g., large open fields vs. small, complex areas)? What maintenance and service options should be included in a service contract to ensure high reliability and minimize downtime for autonomous mowers? How can data generated by autonomous mowers be used to improve service efficiency, track performance, and support maintenance schedules? How do communications to the mowing device occur (mobile network, WiFi, etc)? What types of signals and frequency range are used in the communication to the mowing device? What are the anticipated cost savings from transitioning to autonomous mowers, and what are the initial investment/start up costs for these services? What is the estimated cost per acre for autonomous mowing services on military installations, specifically for the following terrains: open fields, airfields, and areas around obstructions and facilities? How can the Government ensure fair and competitive pricing for autonomous mower services while addressing the unique challenges of this technology? What safety measures and operational protocols should be considered to ensure safe operation of autonomous mowers in a variety of environments? Are there any industry standards or best practices for the operation and management of autonomous mowers that should be incorporated into the contract specifications? Do you foresee any regulatory or technical challenges in implementing autonomous mowers for government facility maintenance, and how would you recommend addressing them? FIRMS RESPONDING TO THIS RFI ARE ADVISED THEIR RESPONSE DOES NOT ENSURE PARTICIPATION IN FUTURE SOLICITATIONS OR CONTRACT AWARDS. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. SUBMITTAL RESPONSES: All industry representatives interested in responding to this RFI may do so by providing a written response to the questions provided via attachment titled NAVFAC_SE_AUTONOMOUS_MOWING_RFI.docx and submit to rebecca.m.jones75.civ@us.navy.mil and marce.smith.civ@us.navy.mil no later than 2:00PM EDT, Tuesday, 25 November 2025. Any questions/inquiries submitted by industry regarding this requirement will be taken into consideration, but a formal response will not be provided as part of this market research. Responses to the questions provided herein must be submitted in electronic form (Microsoft Word, Adobe PDF format) submitted via email to the individuals identified above. Responses are limited to 5 pages in length, 5MB in size and should only include the information requested in the attached questionnaire. Do not submit brochures or other corporate marketing information. Please identify in the subject line of your response: �NAVFAC SE AUTONOMOUS MOWING RFI�. Any questions may be submitted via email to: rebecca.m.jones75.civ@us.navy.mil and marce.smith.civ@us.navy.mil. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4605e77b07f54e44bde639e90c203cec/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07640322-F 20251114/251112230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |