Skip to main content

An official website of the United States government

You have 2 new alerts

Grounds Maintenance and Snow Removal Services at JBA, MD and JBAB, DC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Feb 25, 2022 04:12 pm EST
  • Original Published Date: Jan 31, 2022 07:16 pm EST
  • Updated Date Offers Due: Mar 07, 2022 03:00 pm EST
  • Original Date Offers Due: Mar 03, 2022 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 22, 2022
  • Original Inactive Date: Mar 18, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Andrews AFB , MD 20762
    USA

Description

NOTIFICATION OF QUESTION AND ANSWER POSTING......25 FEB, 22

Please see attachment as referenced above pertaining to this solicitation announcement..>>>END OF UPDATE<<<<

NOTIFICATION OF QUESTION AND ANSWER POSTING......23 FEB, 22

Please see attachment as referenced above pertaining to this solicitation announcement..>>>END OF UPDATE<<<<

NOTIFICATION OF QUESTION AND ANSWER POSTING......17 FEB, 2022

Please see attachment as referenced above pertaining to this solicitation announcement..>>>END OF UPDATE<<<<

NOTIFICATION OF SOLICITATION AMENDMENT---- 9 FEB, 2022:

The purpose of the amendment is to remove HMX-1 Snow Removal Services from the requirements and update PWS Attachment 1a-JBA, Brand, David Grounds Map to show more accurate grounds information at JBA. The following changes were made accordingly:

Solicitation Changes:

List of attachments section was updated to reflect the removal of the HMX-1 Snow Removal requirements.

PWS Changes:

Any reference to HMX-1 was removed from all sections of the PWS

PWS Para 4.10.3 was revised to delete any HMX-1 special base access requirement

Appendix 3 was updated to correct typos

PWS Attachment 1a JBA Grounds Map was updated to show more accurate grounds information at JBA

PWS Attachment 3a HMX-1 Snow Priority Plan Map was removed

PWS Attachment 3b HMX-1 Snow Push Plan was removed

PWS Attachment 4a JBAB Grounds Trash Cans Map was re-numbered 3a

PWS Attachment 4b JBAB Grounds Trash Cans List was re-numbered 3b

PWS Attachment 5a JBAB Storm Water Sites List was re-numbered 4a

As a result of these changes, the question submission date was extended to 21 February 2022  at 2:00 PM Eastern Standard Time and the proposal due date was extended to NLT 07 March 2022 at 3:00PM Eastern Standard Time. All other terms, conditions, and documents remain unchanged. >>END OF UPDATE<<<<

NOTIFICATION OF SOLICITIAON PIID NUMBER CHANGE----1 FEB, 2022:

The update is to inform all offerors and concerned parties the solicitiation PIID number is changed from FA286021R0004 to FA286022R0006.  This changed is based on our sytem programming and the FY crossover at time of solicitation orgin and the time of contract award.  However, the original PIID FA286021R0004 remains the primary source and must be used to receive updates from this site.  The updated FA286022R0006 has replaced the previous version within this announcement and is to be referenced when responding to the POC's for any questions.  All documentation and correspondence relating to this announcement must reference PIID FA286022R0006, to include final proposal response on SF 1149.  All other information regarding this notice remains the same and unchanged..>>END OF UPDATE<<<<

31 January 2022

IDIQ TASK ORDER                                                         GMSR JBA/JBAB                                                               

Solicitation Notice of Opportunity

 Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.

This is a combined synopsis/solicitation for Grounds Maintenance and Snow Removal Services (GMSR) for an single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five year ordering period (base year plus four option years) prepared in accordance with the format in FAR 12 and FAR 15, as supplemented with additional information included in this notification. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-02, Defense Acquisition Circular 30 Dec 2021, and Air Force Acquisition Circular 2021-0726 27 October 2021.

This solicitation is issued as a Request for Proposal (RFP), solicitation number FA286021R0004. This procurement is a 100% Small Business, HubZone set-aside. The applicable North American Industry Classification System (NAICS) code for this acquisition is 561730, Landscaping Services. The small business size standard is $8M.

All responsible sources may submit an offer to be considered by the agency.

 Paper copies of the RFP will not be made available. Proposals shall be e-mailed to the following e-mail address: charles.maddox.8@us.af.mil AND alexis.huggins@us.af.mil. NOTE: proposals must be received by 07 Mar 2022, 3:00 PM Eastern Standard Time (EST); late proposals will not be considered for award. Offerors must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a proposal, which, if timely received, shall be considered by this agency. Proposals shall be valid for 120 days from RFP close date.

The services required in the contract are to provide airfield grounds maintenance services for Joint Base Andrews (JBA), MD, Air Force Memorial (AFM), VA, Joint Base Bolling-Anacostia (JBAB), to include the Helicopter Marine-One Flight Detachment, Washington DC and other affiliated communication sites (Brandywine and Davidsonville, MD) as specified within the solicitation in accordance with (IAW) the Performance Work Statement (PWS) dated 14 December 2021 (Attachment 1).   

Site Visit Information: A site visit for this solicitation will be held on 10 February 2022 at 0900hrs EST for JBA and JBAB.  This will be a dual site visit event starting at JBA, followed by JBAB being second.  All attendees will meet at JBA, MD visitor’s center by 08:45hrs eastern time. Attendance will be limited to two persons per Offeror.  Only one site visit will be offered/provided. Interested Offerors are highly encouraged to attend the site visit. Offerors are able to provide a proposal without site visit attendance. Site visit RSVP shall be sent to dobie.holmes@us.af.mil for JBA, Brandywine and Davidsonville locations and shauna.dooley@us.af.mil for JBAB and AFM locations no later than  4 February 2022 at 3:00 PM Eastern Time. Specific and stringent instructions are contained within the solicitation as addendum attachment 6-COVID 19 visitor rules.  At a minimum you must provide name, phone number, and company name for attendance, however reference the attachment for assurance. The government is not responsible for any offeror not being allowed access to the site visit.  A valid REAL Government issued ID will be required for entry.  Questions from this solicitation shall be submitted not later than 21 February 2022 at 2:00 PM Eastern Time. Answers will be posted to the solicitation as an attachment as soon as all answers have been reviewed by the Contracting Officer.  Watch for the updates on this site accordingly

**You must prepare your proposal in accord with the Addendums to FAR Provision Clauses 52.212-1, Instructions to Offerors (ITO) and 52.212-2 Evaluation Criteria (EC)---Commercial Items**

Relationship between Solicitation FAR 52.212-1 and FAR 52.212-2. Your attention is directed to the functional relationship between FAR 52.212-1 and FAR 52.212-2 of this solicitation. FAR 52.212-1 provides information for the purpose of organizing the proposal and is not intended to be all-inclusive. FAR 52.212-2 describes the evaluation criteria/factors for award, to include the evaluation procedures for the ranking of the Price Proposals, and the assessment of Technical Capability and Past Performance information. Since the Government evaluation of proposals will cover areas identified in FAR 52.212-2, proposals should address all such areas of evaluation. Proposals that do not contain the information required risk rejection

All relevant file attachments shall be included with this notice.  Please verify you have accessed the complete list of attachments as shown within the “List of Attachments” on page 63 of the PWS previously referenced.

The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse offeror any costs incurred in preparation of this quote.

Contact Information

Contracting Office Address

  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA

Primary Point of Contact

Secondary Point of Contact





History