NAS Pensacola Airfield Tree Clearing - Transition Areas
ID: N6945024R0166Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is soliciting competitive quotes for tree clearing services at Naval Air Station (NAS) Pensacola, Florida. The project aims to enhance aviation safety by removing trees and ground brush from designated transition areas, which are critical for military flight operations, particularly for the Navy's Blue Angels Squadron and various training squadrons. This contract, set aside exclusively for small businesses, is anticipated to be awarded as a Firm Fixed-Price (FFP) contract, with proposals due by 8:00 a.m. local time on January 7, 2025, following a mandatory site visit on December 5, 2024. Interested contractors should contact Bradley Cox at bradley.a.cox4.civ@us.navy.mil or 850-452-4331 for further details and to ensure compliance with all environmental regulations and proposal requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) issued by the NAVFAC Engineering Systems Command SE for tree clearing services at Sherman Field, NAS Pensacola. The contract will be a Firm-Fixed Price (FFP) awarded to the lowest-priced responsive offeror, with proposals due by 12:00 PM on December 13, 2024. The contractor is required to clear trees in designated transition areas, complying with relevant specifications provided in the Statement of Work. The RFP outlines the submission process, including the need for a site visit between November 18-22, 2024, which is mandatory for bidders to attend. Potential offerors must maintain current information in the System for Award Management (SAM) and include specific representations and certifications with their proposals. Additional compliance measures include various certifications regarding employment practices, tax obligations, and avoidance of restricted business transactions. The document also incorporates significant FAR clauses and local regulations. The comprehensive nature of the solicitation ensures all aspects are addressed to facilitate a fair bidding process while meeting government standards and timelines for the requested services. This RFP reflects the agency's commitment to utilizing competitive procurement processes while engaging %small business concerns, thereby promoting fair opportunities within the contracting community.
    The U.S. Navy proposes a biological assessment and tree clearing action at Naval Air Station Pensacola, Florida, to enhance aviation safety. This action follows an informal consultation completed in January 2023, targeting approximately 107 acres encroaching on runway clear zones. The tree removal is necessary to comply with Unified Facilities Criteria and eliminate hazards to military flight operations. The project involves both upland and wetland areas, utilizing tree-cutting machinery and hand methods while implementing environmental safeguards, including seasonal restrictions to protect migratory birds. Significantly, the assessment evaluates potential impacts on threatened species, particularly the Eastern Indigo Snake and the Tricolored Bat. Although the Eastern Indigo Snake has not been observed on-site, protective measures will be implemented during clearing activities. Moreover, while the clearing is unlikely to adversely affect the Tricolored Bat or its habitat, it will be conducted during non-nesting seasons to minimize environmental impact. In summary, this action is crucial for maintaining flight safety standards at NAS Pensacola while ensuring compliance with environmental regulations and species protection measures. The plan outlines clear methodologies, species considerations, and habitat management practices post-clearing to promote natural vegetation recovery.
    The document is an amended solicitation related to a federal contract identified as ACQR6061436, issued by the NAVFAC Engineering Systems Command. Key changes in this amendment include the alteration of the status on the SAM.gov announcement from "Controlled" to "Not Controlled" and the full set-aside for Small Business designated as 100%. Additionally, the acquisition set-aside has shifted from Service-Disabled Veteran-Owned Small Business to Small Business. All other terms and conditions of the initial solicitation remain unchanged. The contracting officer has signed the amendment, which emphasizes compliance for submission acknowledgment of receipt and clarifies the requirements for contractors regarding changes to previously submitted offers. This amendment reflects essential adjustments in compliance with federal contracting regulations, underscoring the government's support for small businesses.
    The document outlines an amendment to a solicitation (ACQR6061436) for a federal contract managed by the NAVFAC Engineering Systems Command in Pensacola, Florida. The amendment primarily extends the proposal submission deadline from September 19, 2024, to December 18, 2024, at 5:00 p.m. Central Time. A mandatory site visit is scheduled for December 5, 2024, requiring prospective bidders to coordinate access with specified Navy contacts. Proposals from offerors who do not attend the site visit will be disqualified, underscoring the necessity of understanding site conditions for the project scope. The document emphasizes that all other solicitation terms and conditions remain unchanged, and offers must acknowledge receipt of this amendment to be considered valid. This amendment is crucial for ensuring that bidders are adequately informed of the project requirements and site conditions before submitting their proposals. The structured nature of the document follows the standard federal solicitation modification format, incorporating specific information regarding changes and instructions for potential contractors.
    This document serves as an amendment to a solicitation regarding the Airfield Tree Clearing project, extending the proposal due date to January 7, 2025, at 8:00 a.m. local time. It includes essential details from pre-proposal inquiries addressing specific project requirements, such as stump height, access permissions, environmental considerations, and operational protocols in wetlands. The responses clarify responsibilities regarding wetland permitting, handling protected species, and managing archaeological sites during the project. Additionally, it discusses tree protection measures and outlines required submissions for proposals, including representations and certifications. The amendment emphasizes the necessity for contractors to adhere to both federal and state environmental regulations while ensuring compliance with Navy standards. Overall, the document highlights key operational guidelines and environmental protections necessary for the project's success while establishing logistical frameworks for the contractors involved.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    Force Protection Services at Fleet Logistics Center Jacksonville, Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, FL
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking proposals for Force Protection Services at the Fleet Logistics Center Jacksonville Heckscher Fuel Terminal and DLA Distribution at NAS Jacksonville, Florida. The procurement involves comprehensive guard operations, including labor, supervision, management, and necessary equipment, under a performance-based contract structure. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a total contract performance period anticipated to be five years, including a base year and four option years. Interested parties should contact Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil or 904-542-6953 for further details, and the solicitation is expected to be issued on or after December 10, 2025.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, TX; NAS Kingsville, TX; and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Corpus Christi, NAS Kingsville, and surrounding areas in Texas. The procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at these naval installations. This opportunity is set aside for 8(a) competitors, emphasizing the importance of supporting small businesses in federal contracting. Interested parties can reach out to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or call 904-860-5758 for further details regarding the solicitation process.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.