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 / NAVFACSYSCOM WASHINGTON has issued a Combined Synopsis/Solicitation for Regional Grounds Maintenance and Landscaping Services (Solicitation N4008026R0003 / N4008025R4580). This is a Competitive 8(a) Small Business Set-Aside for an Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP), performance-based contract. Proposals are due March 31, 2026, at 2:00 PM Z.
Scope of Work
The contract requires comprehensive grounds maintenance, landscaping, pest control, and snow/ice removal services. This includes both recurring and non-recurring work across various installations within the NAVFAC Washington Area of Responsibility (AOR), specifically within a 100-mile radius of the Washington Navy Yard. Locations include, but are not limited to, Naval Support Activity Washington, Naval Research Laboratory, Marine Corps Barracks, Naval Support Facility Arlington, US Naval Observatory, Vice President's Residence, NSF Carderock, NSF Dahlgren and Annexes (including Pumpkin Neck), NSF Indian Head and Annexes (including Stump Neck), NAS Patuxent River, NSF Annapolis, Marine Corps Base Quantico, and NSA Bethesda. An RFI clarified that Dahlgren and Indian Head sites are included.
Contract Details
- Contract Type: IDIQ, FFP, performance-based
- Duration: 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 (NAICS 561730, $9.5M size standard)
- Place of Performance: Washington, DC, and surrounding AOR.
Key Documents & Deliverables
Key documents include Performance Work Statements (PWS) for Grounds Maintenance & Landscaping, Pavement Clearance, and Management & Administration. Detailed Exhibit Line Item Number (ELIN) sheets (currently showing $0.0 for pricing) outline the scope and structure for pricing. Wage Determinations under the Service Contract Act (e.g., WD 15-4281, WD 15-4329, WD 15-4269) are provided. A Performance Assessment Plan (PAP) details how contractor performance will be evaluated. Required deliverables include various permits, work schedules, plans (e.g., Water Conservation, Snow Removal), and reports (e.g., Pest Management, Hazardous Material, Incident Reports).
Submission & Evaluation
Proposals must be submitted electronically via PIEE. Evaluation will follow a Lowest Evaluated Price Technically Acceptable (LPTA) approach, considering price and non-price factors: Corporate Experience, Technical and Management Approach, and Safety. Exhibits A-E are required for proposal submission, covering financial, corporate experience, past performance, key personnel, and safety data.
Important Notes
A site visit was scheduled for February 24-27, 2026. Offerors are responsible for obtaining all solicitation documents and amendments from the PIEE website.