Regional Grounds Maintenance and Landscaping Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVFAC Washington, is soliciting proposals for Regional Grounds Maintenance and Landscaping Services under Solicitation No. N4008025R4580. This is a Competitive 8(a) Set-Aside for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The estimated contract value is $24 million. Proposals are due by April 13, 2026, at 2:00 PM ET.
Scope of Work
The contractor will provide comprehensive grounds maintenance and landscaping services across various installations within the NAVFAC Washington Area of Responsibility (AOR), covering a 100-mile radius of the Washington Navy Yard, D.C., and outlying areas. Services include:
- Grounds Maintenance: Mowing, trimming, edging, lawn services, weed control, plant/bed maintenance, shrub/hedge care, ornamental tree maintenance, interior plant maintenance, and green waste management.
- Pavement Clearance: Pavement sweeping, snow and ice removal, and storm water system operation and maintenance.
- Pest Management: Pest management operations.
- Support Services: Debris removal, support for destructive weather events, and various non-recurring work items.
Specific locations include Naval Support Activity Washington Navy Yard, Naval Research Laboratory, Marine Corps Barracks, NSF Arlington, US Naval Observatory, Vice President's Residence, NSF Carderock, NSF Dahlgren, NSF Indian Head, NAS Patuxent River, NSF Annapolis, Marine Corps Base Quantico, and NSF Bethesda. Detailed inventories and maps for these sites are provided in attachments.
Contract Details
- Contract Type: Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), performance-based.
- Period of Performance: One (1) base year, four (4) 12-month option periods, plus a 6-month extension, totaling a maximum of 66 months.
- Estimated Value: $24 million (SBA approved for NAICS 561730).
- Set-Aside: Competitive 8(a) Small Business Set-Aside.
- NAICS Code: 561730 - Landscaping Services, with a small business size standard of $9.5 Million.
- Evaluation: Lowest Price Technically Acceptable (LPTA) based on price and non-price factors: Corporate Experience, Technical and Management Approach, Safety, and Past Performance.
- Current Contractor: DSA, LLC (Contract N4008020D0303).
Key Documents & Attachments
The solicitation includes numerous attachments critical for proposal development:
- Performance Work Statements (PWS): Detailed PWS documents for Grounds Maintenance (J Attach 1.2 - 1503050 C Grounds Maint & Landscape v2.7), Pavement Clearance (J Attach 1.3 - 1503060 C Pvmt Clear v2.5), and Management & Administration (J Attach 1.1 - 0200000 C Mngmt & Admin v2.10).
- Exhibit Line Item Numbers (ELINs): "New Attach J-2000000-10 Blank ELIN 8a Regional Grounds Rewrite.xlsx" provides the pricing structure, with current $0.0 pricing indicating a template for bidder input.
- Inventories & Maps: Extensive Excel spreadsheets (e.g., J-1503050-08 Washington Revised.xlsx, J-1503050-08 Quantico Revised.xlsx, J-1503050-8 Dahlgren Final Inventory) and numerous PDF maps detail specific service areas, quantities, and site conditions for grounds, pavement, stormwater, and irrigation systems.
- Wage Determinations: Multiple Wage Determinations (e.g., J Attach 5.1 WD 15-4281 Rev 35.pdf) are provided, which bidders must use to calculate labor costs. Collective Bargaining Agreements (CBAs) for current contractors are also included for reference.
- Performance Assessment Plan (PAP): "J Attach 6.0 Perform Assess Plan" outlines the government's methodology for assessing contractor performance.
- Exhibits A-E: Forms for financial information, corporate experience, past performance, key personnel, and safety data are required for submission.
- RFI Sheet: Clarifications regarding ELINs, site inclusions (Dahlgren, Indian Head), contract duration, and other details are provided in "N4008025R4580 8A GROUNDS RFI Sheet w Answers.pdf".
Submission & Contact
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) website.
- Response Date: April 13, 2026, 2:00 PM ET.
- Primary Point of Contact: Julian Cuadros, julian.r.cuadros.civ@us.navy.mil, (202)-802-6602.
- Secondary Point of Contact: James Waite, james.h.waite.civ@us.navy.mil, 2028024902.