Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SOURCES SOUGHT

S -- Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek � Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR).

Notice Date
8/4/2025 4:21:06 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R0062
 
Response Due
8/14/2025 11:00:00 AM
 
Archive Date
08/29/2025
 
Point of Contact
Sarah Olson, Phone: 7573411645, Melinda Robinson, Phone: 7573410690
 
E-Mail Address
sarah.a.olson19.civ@us.navy.mil, melinda.l.robinson@navy.mil
(sarah.a.olson19.civ@us.navy.mil, melinda.l.robinson@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. A Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring work services is anticipated. The total contract term including the exercise of any options, shall not exceed sixty (60) months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, transportation and incidental engineering for Facility Investment Services for Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek � Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR). General Work Requirements: Annex 1503050 C � Grounds Maintenance and Landscaping The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide grounds maintenance and landscaping services located at Joint Expeditionary Base Little Creek � Fort Story, Virginia Beach, Virginia, and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR). The intent of 1503050 Grounds Maintenance and Landscaping is to specify the requirements related to improved grounds, lawn care, vegetation control, irrigation systems operation, debris removal, shrub and hedge maintenance, plant maintenance, plant bed maintenance, tree maintenance, artificial turf maintenance, maintenance of xeriscape areas, storm drainage systems, parking lot vegetation maintenance (Hardscape), road sweeping, semi-improved grounds, tree control, vegetation control, semi-improved grounds, and unimproved grounds. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561730, size standard $9.5 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size: A contract with a yearly value of $900,000.00 for recurring services. Scope: Offeror must have provided all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering for Facility Investment Services for Grounds Maintenance and Landscaping Services as described in the Performance Work Statement (PWS). Complexity: Offeror must have been responsible for responding simultaneously to requirements for several customers or installations. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to sarah.a.olson19.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 14 August 2025. Questions regarding this sources sought notice may be emailed to Sarah �Allie� Olson at sarah.a.olson19.civ@us.navy.mil or via telephone at (757) 341-1645.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f7bc98e5c2f4fb48e3be966105dbbb9/view)
 
Place of Performance
Address: Virginia Beach, VA, USA
Country: USA
 
Record
SN07535743-F 20250806/250804230051 (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!  © 1994-2024, Loren Data Corp.