SOURCES SOUGHT
S -- Sources Sought Synopsis for Yakima Training Center Ground Maintenance
- Notice Date
- 7/15/2025 10:52:11 AM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
- ZIP Code
- 98433-9500
- Solicitation Number
- PANMCC25P0000014027
- Response Due
- 7/31/2025 12:00:00 PM
- Archive Date
- 08/15/2025
- Point of Contact
- Diana C. Neff
- E-Mail Address
-
diana.c.neff.civ@army.mil
(diana.c.neff.civ@army.mil)
- Description
- THIS IS A Sources Sought Notice ONLY. The Mission & Installation Contracting Command (MICC) � Joint Base Lewis-McChord, Washington is issuing a Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Ground Maintenance services at Yakima Training Center. The intention is to procure these services on a competitive basis. Based on the responses to the sources sought notice, this requirement may be set aside for small business, including the socioeconomic categories, (in full or in part) or procured through full and open competition. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price to help support a set aside. This notice 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 the 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry, sam.gov. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry, sam.gov, for additional information pertaining to this requirement. The anticipated NAICS code(s) is 561730, Landscaping Services, with a small business size standard of $9.5 million. The Department of Public Works � Joint Base Lewis-McChord, Washington, is designated as the requesting activity. In accordance with these assignments, the contractor shall provide commercially established grounds maintenance services in two classifications: Improved, and Fire Break areas located on Yakima Training Center. These services include mowing, trimming, edging of lawns and vegetation, servicing planter beds and Irrigation start up and winterizing, prune trees and shrubs, pickup and diversion of green debris, tumble weeds and leaves, season long weed control and seasonal long control of firebreaks/Bare grounds and special/additional services. Further details are provided in the draft performance work statement attached to this announcement (Attachment 1). In response to the sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, commercial activity/government entity (CAGE) code, Unique Entity Identifier (UEI) number, corresponding NAICS code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) 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 (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. (Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.) 4. Information to help determine if the requirement is commercially available, including pricing information, the 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 by and 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 and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought 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. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12:00 pm, PST (pacific standard time), July 31, 2025. All responses under this Sources Sought Notice must be e-mailed to diana.c.neff.civ@army.mil. Telephone inquiries will not be accepted, receipt of submissions will not be acknowledged, and no feedback will be provided to companies regarding their submissions. All data received in response to the Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a152364c93564c47a73f7a03435122a4/view)
- Place of Performance
- Address: Yakima, WA, USA
- Country: USA
- Country: USA
- Record
- SN07510662-F 20250717/250715230052 (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 |