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. This 8(a) Small Business Set-Aside opportunity seeks a contractor to provide comprehensive grounds maintenance, landscaping, pest control, and pavement clearance services across various Naval and Marine Corps installations within the NAVFAC Washington Area of Responsibility (AOR). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP), performance-based agreement. Proposals are due by March 24, 2026, at 2:00 PM ET.
Scope of Work
The scope 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, debris removal, and interior plant maintenance. Specific requirements for storm drainage systems, green roofs, and irrigation systems are detailed.
- Pavement Clearance: Sweeping of roads, parking areas, sidewalks, and airfields, as well as snow and ice removal, and deicing operations.
- Pest Control: Services related to pest management and herbicide application.
- Locations: Services will be performed at numerous installations within a 100-mile radius of the Washington Navy Yard, including NSF Dahlgren, NSF Indian Head, MCB Quantico, NSA Bethesda (including Walter Reed), NSF Arlington, and others.
Contract Details
- Contract Type: IDIQ, FFP, performance-based.
- Set-Aside: 8(a) Small Business (NAICS 561730, $9.5M size standard).
- Period of Performance: A base year, four 12-month option periods, and a six-month option period, for a total potential duration of 66 months.
- Solicitation Number: N4008025R4580 (also referred to as N4008026R0003).
Evaluation & Submission
- Evaluation Criteria: Award will be made using a Lowest Evaluated Price, Technically Acceptable (LPTA) approach. Non-price factors considered are Corporate Experience, Technical and Management Approach, and Safety.
- Submission: Proposals must be submitted electronically via PIEE.
- Key Documents: Bidders must review detailed Exhibit Line Item Number (ELIN) spreadsheets for pricing, Performance Work Statements (PWS) for grounds maintenance, pavement clearance, and management/administration, the Performance Assessment Plan (PAP), applicable Wage Determinations (Service Contract Act), and required Offeror Exhibits (A-E).
- Site Visit: A site visit was previously scheduled for February 24-27, 2026.
Special Requirements
Contractors must adhere to strict personnel qualifications (e.g., certified arborists, pesticide applicators), implement a robust Quality Management System (QMS) and safety program, and comply with environmental regulations, including spill contingency plans and stormwater management. Wage rates and fringe benefits must comply with applicable Service Contract Act Wage Determinations.