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).

ID: N4008525R0062 • Type: Sources Sought • Match:  85%
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
Draft a sources sought response template for 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 A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources.

Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

A Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract with recurring and non-recurring work services is anticipated. The total contract term including the exercise of any options, shall not exceed sixty (60) months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, transportation and incidental engineering for Facility Investment Services 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).

General Work Requirements: Annex 1503050 C Grounds Maintenance and Landscaping

The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide grounds maintenance and landscaping services located 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 intent of 1503050 Grounds Maintenance and Landscaping is to specify the requirements related to 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.

All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561730, size standard $9.5 million.

It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:
(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

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

Scope: Offeror must have provided all labor, supervision, management, tools, materials, equipment, transportation, and 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.

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business.

(4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner.

The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to sarah.a.olson19.civ@us.navy.mil, and must be received no later than 2:00 PM Eastern Standard Time on 14 August 2025. Questions regarding this sources sought notice may be emailed to Sarah Allie Olson at sarah.a.olson19.civ@us.navy.mil or via telephone at (757) 341-1645.

Background
The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is conducting a market research effort through this Sources Sought Notice to identify small business sources capable of providing Facility Investment Services for Grounds Maintenance and Landscaping Services. The goal is to determine the availability and capability of qualified small businesses, including Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, and certified 8(a) Businesses. This information will assist the Government in deciding whether to set aside the acquisition for small businesses or proceed with full and open competition.

Work Details
The contractor will be responsible for providing all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering necessary for grounds maintenance and landscaping services at Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, Virginia, and Naval Weapons Station Yorktown in Yorktown, Virginia. The work includes but is not limited to:

- 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
- Management of semi-improved and unimproved grounds.

The contractor must demonstrate experience with similar projects in terms of size, scope, and complexity.

Period of Performance
The total contract term shall not exceed sixty (60) months.

Place of Performance
Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia; Naval Weapons Station Yorktown, Yorktown, Virginia; and other Areas of Responsibility (AOR).

Overview

Response Deadline
Aug. 14, 2025, 2:00 p.m. EDT Past Due
Posted
Aug. 4, 2025, 7:21 a.m. EDT
Set Aside
None
Place of Performance
Virginia Beach, VA United States
Source

Current SBA Size Standard
$9.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
52% of similar contracts within the Department of the Navy had a set-aside.
On 8/4/25 Naval Facilities Engineering Command issued Sources Sought 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 8/14/25. The opportunity was issued full & open with NAICS 561730 and PSC S208.
Primary Contact
Name
Sarah Olson   Profile
Phone
(757) 341-1645

Secondary Contact

Name
Melinda Robinson   Profile
Phone
(757) 341-0690

Documents

Posted documents for Sources Sought N4008525R0062

Question & Answer

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

Incumbent or Similar Awards

Contracts Similar to Sources Sought N4008525R0062

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008525R0062

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008525R0062

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
Aug. 29, 2025
Last Updated By
sarah.olson@navy.mil
Archive Date
Aug. 29, 2025