Search Contract Opportunities

Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR).   2

ID: N4008525R0062 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potentials of a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract with recurring and non-recurring services to perform Grounds Maintenance and Landscaping at Joint Expeditionary Base Little Creek Fort Story, Virginia Beach, Virginia, Naval Weapons Station Yorktown, Yorktown, Virginia, Cheatham Annex, Williamsburg, Virginia and Other Areas of Responsibility (AOR).

General Work Requirements: Annex 1503050 C - Grounds Maintenance and Landscaping

The contractor shall provide all labor, management, supervision, tools, materials, and equipment required to perform:

The intent of Annex 1503050 C Grounds Maintenance and Landscaping is to specify the requirements related to services that include: improved grounds, lawn care, vegetation control, irrigation systems operation, debris removal, shrub and hedge maintenance, plant maintenance, plant bed maintenance, tree maintenance, artificial turf maintenance, maintenance of xeriscape areas, storm drainage systems, parking lot vegetation maintenance (Hardscape), road sweeping, semi-improved grounds, tree control, vegetation control, semi-improved grounds, and unimproved grounds as described in the Performance Work Statement (PWS).

Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Prices Technically Acceptable (LPTA) Method.

In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will then evaluate the non-price factors of the lowest priced proposal. The Navy will award to the Lowest Priced Technically Acceptable proposal. However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the non-price factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range.

The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The Offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:

Factor 1 Technical Approach/Management

Factor 2 Corporate Experience

Factor 3 Safety

Factor 4 Past Performance.

NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under Factors 1, 2, 3 and 4 in order to be considered technically acceptable overall.

For Factor 2 Corporate Experience and Factor 4 Past Performance: The offeror shall submit projects that are similar in size, scope and complexity to the solicitation.

Size: A contract with a yearly value of at least $900,000.00 for recurring services.

Scope: Offeror must have provided labor management, supervision, tools, material, equipment, facilities, transportation, incidental engineering for Facility Investment Services for Grounds Maintenance and Landscaping Services as described in the Performance Work Statement (PWS).

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

Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period with 4 (four) twelve-month option periods and 1 (one) six-month option period which, cumulatively, will not exceed sixty-six (66) months.

The proposed procurement will be issued as a NAVFAC Mid-Atlantic Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) for this procurement is 561730; the size standard is $9.5 million.

The proposed procurement listed herein is a Competitive Small Business Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.gov website around 30 January 2026. The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Sarah Olson, (sarah.a.olson19.civ@us.navy.mil) 10 days prior to the RFP due date.

The SAM site address is https://sam.gov . Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.

All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.

This contract will replace one contract for similar services. The current contract is N4008521D0042, Regional Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR).

The current contract expires 14 May 2026.

Background
The U.S. Navy intends to issue a pre-solicitation synopsis for a Facility Support, Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract for Grounds Maintenance and Landscaping services.

This contract will cover multiple locations including Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, Naval Weapons Station Yorktown in Yorktown, Cheatham Annex in Williamsburg, and other Areas of Responsibility (AOR). The goal is to provide recurring and non-recurring services to maintain the grounds effectively.

Work Details
The contractor shall provide all labor, management, supervision, tools, materials, and equipment required to perform the following tasks: improved grounds maintenance, lawn care, vegetation control, operation of irrigation systems, debris removal, shrub and hedge maintenance, plant maintenance, plant bed maintenance, tree maintenance, artificial turf maintenance, maintenance of xeriscape areas, storm drainage systems management, parking lot vegetation maintenance (hardscape), road sweeping, and management of semi-improved and unimproved grounds as detailed in the Performance Work Statement (PWS).

Period of Performance
The contract will be for an initial term of one year with options to extend for additional periods of one to twelve months. The total duration may not exceed sixty-six (66) months including the base period and option periods.

Place of Performance
The services will be performed at Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, Naval Weapons Station Yorktown in Yorktown, Cheatham Annex in Williamsburg, Virginia and other designated Areas of Responsibility.

Overview

Response Deadline
Jan. 30, 2026, 2:00 p.m. EST Past Due
Posted
Jan. 15, 2026, 2:57 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Yorktown, VA 23691 United States
Source

Current SBA Size Standard
$9.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$4,500,000 - $9,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 1/15/26 NAVFAC Mid-Atlantic issued Presolicitation N4008525R0062 for Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR). due 1/30/26. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561730 (SBA Size Standard $9.5 Million) and PSC S208.
Primary Contact
Name
Sarah Olson   Profile
Phone
(757) 341-1645

Secondary Contact

Name
Asia BRACEY   Profile
Phone
(757) 341-1226

Documents

Posted documents for Presolicitation N4008525R0062

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008525R0062

Incumbent or Similar Awards

Contracts Similar to Presolicitation N4008525R0062

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008525R0062

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008525R0062

Experts for Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR).

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Jan. 15, 2026
Last Updated By
sarah.olson@navy.mil
Archive Date
Jan. 30, 2027