Regional Grounds Maintenance and Landscaping Services

SOL #: N4008025R4580Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM WASHINGTON
WASHINGTON NAVY YARD, DC, 20374-5018, United States

Place of Performance

Washington, DC

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Feb 11, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 13, 2026, 2:00 PM

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 for various installations within its Area of Responsibility. This is a Combined Synopsis/Solicitation for a Competitive 8(a) Set-Aside contract. The opportunity, also identified as N4008026R0003 and N4008025R4580, seeks to procure comprehensive grounds maintenance and pavement clearance services. Proposals are due by April 13, 2026, at 2:00 PM ET.

Scope of Work

The contract encompasses both recurring and non-recurring services, including:

  • Grounds Maintenance & Landscaping: Mowing, trimming, edging, lawn services, weed control, plant/bed maintenance, shrub/hedge care, ornamental tree maintenance, vegetation control, storm drainage system maintenance, green waste management, and interior plant maintenance. Specific requirements for certified arborists and pesticide applicators are noted.
  • Pavement Clearance: Sweeping of roads, parking areas, sidewalks, and airfields, along with snow and ice removal services. This includes specific performance standards for snow depth on airfields and requirements for FAA-compliant equipment and airfield driver's licenses. Services will be performed at numerous Naval and Marine Corps installations within a 100-mile radius of the Washington Navy Yard, including NSF Dahlgren, NSF Indian Head, Stump Neck Annex, Pumpkin Neck Annex, and Naval Support Activity Bethesda.

Contract Details

  • Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP), performance-based.
  • Period of Performance: One (1) base year, four (4) 12-month option periods, and a 6-month option period, totaling 66 months.
  • Set-Aside: Competitive 8(a) Small Business.
  • Evaluation Criteria: Proposals will be evaluated based on price and non-price factors including Corporate Experience, Technical and Management Approach, and Safety. Award will be made to the offeror with the lowest evaluated price that is technically acceptable.
  • Submission: Proposals must be submitted electronically via PIEE.

Key Attachments & Requirements

Bidders must review several critical attachments:

  • Performance Work Statements (PWS): Detailed PWS documents for Grounds Maintenance & Landscaping (J Attach 1.2) and Pavement Clearance (J Attach 1.3) outline specific tasks, locations, and performance standards.
  • ELIN Sheets: The "New Attach J-2000000-10 Blank ELIN 8a Regional Grounds Rewrite.xlsx" provides the detailed pricing structure. An RFI update confirmed corrections to previous ELIN sheets and the inclusion of Dahlgren and Indian Head inventories.
  • Inventories & Maps: Numerous Excel spreadsheets (e.g., J-1503050-8 Dahlgren Final Inventory, J-1503050-08 Indian Head Final) and PDF maps provide detailed site-specific information, quantities, and locations for services, including stormwater management systems and herbicide application areas.
  • Wage Determinations: Multiple Wage Determinations (e.g., WD 15-4281, WD 15-4269, WD 15-4329) are provided, which are crucial for calculating labor costs.
  • Performance Assessment Plan (PAP): Document J Attach 6.0 outlines the government's methodology for assessing contractor performance, including quality management system (QMS) evaluation and corrective action processes.
  • Exhibits A-E: These forms are required for proposal submission, covering financial capacity, corporate experience, past performance, key personnel, and safety data.
  • Deliverables: Attachments J Attach 2.0, 2.1, and 2.2 detail extensive reporting and submission requirements for management, grounds maintenance, and pavement clearance.

Contact Information

For inquiries, contact Julian Cuadros at julian.r.cuadros.civ@us.navy.mil or (202)-802-6602.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 7Viewing
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Mar 20, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 17, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
View