Search Contract Opportunities

Grounds Maintenance, Test Site C-86/C-3, Eglin AFB   2

ID: FA282325Q0040 • Type: Synopsis Solicitation
Question & Answer 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

Posted: June 9, 2025, 1:39 p.m. EDT

*Note: This Solicitation has been amended to hold a site visit at 1000 CST, Wednesday, June 4th at test site C-86 off of Hwy 285, Eglin Range Road 200. A valid drivers license will be required to attend this Site Visit. Attendance is not mandatory to quote. Please submit the names of all potential visitors to andrew.adams.38@us.af.mil prior to COB June 3rd.:

This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued.

This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-0040. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Grounds Maintenance Services in accordance with the Performance Work Statement dated 3 March 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments.

The North American Industry Classification System code (NAICS) is 561730, Landscaping Services, with a size standard of $9.5M. A firm-fixed priced contract will be awarded.

The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.

REQUIREMENT:

CLIN 0001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Base Year Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each);

CLIN 1001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 1 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each);

CLIN 2001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 2 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each);

CLIN 3001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 3 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each);

CLIN 4001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 4 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each);

FOB Destination Shipping Requested.

The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable.

BASIS FOR AWARD: Offerors are required to fill out the C-86 and C-3 Bid Schedule attachment to provide pricing for each applicable component for the base year, as well as for each of the 4 option years. In accordance with AFIMSC regulations, pricing must be provided in this attached Bid Schedule. Any offerors who fail to provide pricing IAW the attached Bid Schedule for the base year and each option period will be deemed technically unacceptable. In accordance with FAR 13.106-1(a)(2), offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b).

All offerors are required to provide their Representations and Certifications with their quote.

All offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a UEI number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

DEADLINES:

A site visit well be held at 1000 CST, Wednesday, June 4th at test site C-86 off of Hwy 285, Eglin Range Road 200. A valid drivers license will be required to attend this Site Visit. Attendance is not mandatory to quote. Please submit the names of all potential visitors to andrew.adams.38@us.af.mil prior to COB June 3rd.

Submit any questions to the attention of Andrew Adams by email to andrew.adams.38@us.af.mil no later than 1:00 PM Central Time on 11 June 2025.

Offers are due no later than 2:00 PM Central Time on 13 June 2025.

Attachments:

1. PWS, dated 3 Mar 2025

2. C-86 and C-3 Bid Schedule

3. QASP, dated 3 Mar 2025

4. SCA Wage Determination, dated 22 Dec 2024

Posted: May 30, 2025, 8:55 a.m. EDT
Posted: May 29, 2025, 12:21 p.m. EDT
Background
The Operational Contracting Division, Air Force Test Center at Eglin AFB, Florida, is issuing this solicitation for Grounds Maintenance Services as part of their mission to maintain the operational readiness of the base.

This requirement is outlined in the Performance Work Statement (PWS) dated 3 March 2025. The acquisition is set aside for small businesses, with the goal of awarding a firm-fixed price contract to the lowest priced responsible offeror.

Work Details
The contractor will be responsible for maintaining semi-improved grounds during the growing season as specified in the PWS.

The contract includes multiple line items:
- CLIN 0001: Maintain Semi-Improved Grounds for Base Year Growing Season (Qty 1 Each)
- CLIN 1001: Maintain Semi-Improved Grounds for Option Year 1 Growing Season (Qty 1 Each)
- CLIN 2001: Maintain Semi-Improved Grounds for Option Year 2 Growing Season (Qty 1 Each)
- CLIN 3001: Maintain Semi-Improved Grounds for Option Year 3 Growing Season (Qty 1 Each)
- CLIN 4001: Maintain Semi-Improved Grounds for Option Year 4 Growing Season (Qty 1 Each)
FOB Destination shipping is requested.

Place of Performance
Eglin Air Force Base, Florida.

Overview

Response Deadline
June 13, 2025, 3:00 p.m. EDT Past Due
Posted
May 29, 2025, 12:21 p.m. EDT (updated: June 9, 2025, 1:39 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Eglin AFB, FL 32542 United States
Source
SAM

Current SBA Size Standard
$9.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
54% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/29/25 Air Force Test Center issued Synopsis Solicitation FA282325Q0040 for Grounds Maintenance, Test Site C-86/C-3, Eglin AFB due 6/13/25. 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
Andrew Adams   Profile
Phone
None

Secondary Contact

Name
Rick Porter   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA282325Q0040

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA282325Q0040

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA282325Q0040

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA282325Q0040

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA282325Q0040

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA282325Q0040

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA2823 AFTC PZIO
FPDS Organization Code
5700-FA2823
Source Organization Code
500020393
Last Updated
June 29, 2025
Last Updated By
andrew.adams.38@us.af.mil
Archive Date
June 28, 2025