Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOURCES SOUGHT

Z -- Facility Support Services

Notice Date
1/23/2026 1:29:52 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N6247826R2433
 
Response Due
2/2/2026 8:00:00 PM
 
Archive Date
01/23/2027
 
Point of Contact
Kimberly Groce
 
E-Mail Address
kimberly.d.groce.civ@us.navy.mil
(kimberly.d.groce.civ@us.navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes.The work includes, but is not limited to, furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Facility Support Services at Marine Corps Reserve Training Center, Kaneohe Bay, HI.Facility Support Services include: Custodial consists mainly of services that ensure the cleanliness of working environments. Custodial services do not include any repair work of facilities or fixtures. Custodial services include waste removal for buildings and service locations to collection points.Pest Control services in conformance with the Integrated Pest Management Plan to precent and control the following pests: unwanted vegetation and invasive plants, nuisance, structure damaging, lawn, turf and ornamental, and public health, pests (cockroaches, termites, bees, wasps, ants, fleas, silverfish, stored product pests, mosquitoes, bedbugs), Vertebrate pests (mice, rats, bats, feral dogs and cats, other nuisance mammals, pigeons and other nuisance birds).Grounds Maintenance consists of requirements related to prestige areas, lawns, fields, operational areas, and storm water system operation and maintenance, such as mowing, trimming, edging, trash and debris removal, aeration, de-thatching, fertilization, irrigation systems operation and maintenance, tree maintenance, tree control, vegetation and weed control within the installation.Pavement Clearance consists of pavement sweeping services to ensure roads and other paved surfaces are free of debris and to improved appearance of paved areas. Pavement Clearance services do not include any repair work of facilities or fixtures unless damaged by the Contractor. The Contractor shall accomplish all pavement sweeping tasks at the request of the customer, via the Non-Recurring Work ELINs.Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561210 and the annual size standard is $47 million. The contract term will be for a one-year base period plus four one-year option periods and one six-month option period, for a maximum duration of 66 months. The Government will not synopsize the options when exercised.Non-recurring work may be issued via FedMall, a web-based ordering system, using Government purchase cards.Interested sources capable of providing the required services must complete the attached sources sought questionnaire excel (questionnaire and references tabs) and respond by email to Kimberly.d.groce.civ@us.navy.mil no later than 2 February 2026. Interested sources shall:(1) Indicate that they are capable of providing the required services;(2) Indicate whether they intend to submit a proposal as a prime contractor;(3) Provide their full name and address;(4) Provide CAGE Code and DUNS Number;(5) Indicate their size status (i.e., small business, 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB));(6) Provide customer references for whom you have performed similar Facility Support Services. Include only contracts and subcontracts which were performed within the past seven years and valued at $100,000.00 or more per year. This requirement can be met by a standalone contract valued at $100,000.00 or more per year for custodial services, pest control, and grounds maintenance, or multiple contracts which are collectively valued at $100,000.00 or more per year and were on-going concurrently.Include the following (see ?References? tab): (a) Clients name (b) Point of contact (c) Point of contacts phone no. (d) Point of contacts email address (e) Contract Number (f) Delivery/Task Order Number (if applicable) (g) Contract Title (h) Location of Work (i) Award Date (j) Completion Date (k) Award Amount (l) Annual Amount (m) Final Price (n) Description of work performed (o) Work Performed as: Prime Contractor/Subcontractor/Joint Venture/Other (Explain) (p) Percent of project work performed.No other information is required at this time. Do not submit brochures, letters, etc. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Based upon the responses received, the Government will determine the set-aside method for the procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8e11d654fd464616b5c728ab65c7809d/view)
 
Record
SN07695916-F 20260125/260123230040 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.