Skip to main content

An official website of the United States government

You have 2 new alerts

Grounds Maintenance and Landscaping Norfolk Naval Station, VA

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: Sources Sought (Updated)
  • Updated Published Date: May 17, 2023 04:15 pm EDT
  • Original Published Date: Nov 17, 2022 12:03 pm EST
  • Updated Response Date: Nov 28, 2022 02:00 pm EST
  • Original Response Date: Nov 28, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 28, 2023
  • Original Inactive Date: Feb 28, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Norfolk , VA
    USA

Description

N4008523R2569 - Grounds Maintenance and Landscaping

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, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work performance-based contract is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform Grounds Maintenance and Landscaping Services at Norfolk Naval Station Norfolk, Virginia and Other Areas of Responsibility (AOR).

General Work Requirements:

The Contractor shall provide all labor, management, supervision, tools, material and equipment required to:

1503050 - Grounds Maintenance and Landscaping

The intent of 1503050 Grounds Maintenance and Landscaping is to specify the 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.

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 $8.5 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 Grounds Maintenance and Landscaping Services contract with a yearly value of at least $600,000 for recurring services. If an Offeror intends to submit work completed issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying Project, the Offeror is limited to submitting the IDIQ contract itself. The board will not consider or evaluate any task orders whether submitted individually or collectively.

Scope:  The Offeror must have provided all labor, supervision, tools, material, and equipment required to perform Facility Support services for Grounds Maintenance & Landscaping as defined in the RFP.

Complexity:  The Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes. 

(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 susan.c.roberts4.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 28 November 2022. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at susan.c.roberts4.civ@us.navy.mil or via telephone at (757) 341-0091.

Contact Information

Contracting Office Address

  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA

Primary Point of Contact

Secondary Point of Contact





History