16 EWS Landscape Maintenance
ID: FA251725Q0039Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for landscaping maintenance services at Peterson Space Force Base, Colorado, under solicitation number FA251725Q0039. The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to enhance the outdoor area surrounding Building 2027, which includes the installation of native trees, shrubs, picnic tables, and other landscaping features while adhering to federal, state, and environmental regulations. This project is crucial for improving outdoor facilities for personnel and ensuring compliance with safety and operational standards. Interested small businesses must submit their quotes by May 8, 2025, and can direct inquiries to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil, with a site visit scheduled for April 24, 2025.

    Files
    Title
    Posted
    This document is an amendment to a federal solicitation, extending the offer deadline to June 9, 2025, at 10:00 MT due to insufficient competition. It also incorporates an updated Performance Work Statement (PWS) related to landscaping services. The amendment outlines the procedures for acknowledging receipt, modifying existing offers, and stipulates that all previous terms and conditions remain unchanged unless explicitly amended. Contractors are required to acknowledge this amendment to ensure their offers are considered valid. The contract is administered by the 21st Contracting Squadron at Peterson Air Force Base, Colorado. The overall purpose of this amendment is to enhance competition and provide updated specifications, ensuring compliance and clarity for potential bidders in the federal contracting process.
    The 16th Electromagnetic Warfare Squadron (EWS) is seeking a contractor for a landscaping project at Peterson SFB, Colorado. The project requires the contractor to provide all necessary labor, tools, materials, and transportation for overhauling the outdoor space surrounding Building 2027. Key specifications include the installation of at least six native trees, eight native shrubs, up to four picnic tables with shaded shelter, and appropriate waste disposal receptacles. The area must feature a balanced design with 50% hardscape and 50% greenspace, using recommended paver sizes. Additionally, a weatherproof cell phone storage unit with lockable compartments must be included, situated outside restricted zones. The work must align with operational hours, Monday through Friday, from 07:30 to 16:30, and contractors must comply with security requirements when accessing the premises. This project represents an effort to enhance outdoor facilities for the Squadron, providing a functional and environmentally conscious space for personnel.
    The document outlines a Price Schedule for a landscaping project, detailing the various components required for its execution. Each line item is identified by a Contract Line Item Number (CLIN), which includes tasks such as planting trees, creating seating areas, constructing landscaping hardscapes, and installing trash receptacles. Additionally, provisions for labor and optional items, such as an awning for cell phone storage, are specified. The structure is presented in a tabular format where offerors are instructed to fill in unit prices while adhering to a designated format. The total sum of these items is calculated, highlighting the importance of accurate pricing for procurement processes. This file serves as part of a federal Request for Proposals (RFP), facilitating the selection of contractors for services tied to landscaping and site improvement in accordance with established guidelines.
    The document appears to be a large collection of encoded data that likely contains information relevant to federal RFPs (Requests for Proposals), federal grants, and state and local RFPs. However, the encoded nature makes it largely incomprehensible, obscuring the specific details, themes, and objectives originally intended. Despite the underlying data's significance in terms of government funding and procurement processes, the loss of clarity prevents any meaningful extraction of topics or ideas. The document seemingly represents a vital resource aimed at facilitating governmental interactions concerning funding and project proposals but requires decryption or proper formatting to convey its intended message effectively. In summary, while the document holds potential importance related to federal and local government initiatives, the current format obstructs understanding and further analysis, indicating a need for restoration to reveal its essential insights and information.
    The document appears to be a corrupted text file, resulting in extensive garbled and unintelligible content. It lacks coherent information typically found in government RFPs, federal grants, or related documents. Therefore, no clear topic, ideas, or structure can be discerned from it. Given its disorganized nature, the file fails to meet the requirements of an informative document. Should this file contain original government RFP content, it is crucial to retrieve a functional version to extract essential details and present a comprehensible summary. The absence of clear data hinders any analysis regarding objectives, context, or implications relevant to government funding or programming.
    The document outlines a proposal related to outdoor recreational facilities, specifying the need for round picnic tables, storage solutions, and shelters. It requests two round picnic tables and two rectangular picnic tables to be installed in designated shelters. The mention of specific items indicates a focus on enhancing public outdoor spaces, likely as part of government efforts to improve community amenities. This proposal aligns with initiatives typically found in federal grants and local RFPs designed to foster community engagement and well-maintained recreational areas. The emphasis is on providing functional and durable outdoor furniture for public use, supporting social gatherings and activities in local parks.
    The Department of the Air Force, United States Space Force, has issued a Request for Quote (RFQ) under solicitation FA251725Q0039 for landscaping services at the 16th EWS at Peterson Space Force Base (SFB), Colorado. The selected contractor must provide all necessary labor, tools, and materials while adhering to various federal, state, and environmental regulations including OSHA and AFOSH requirements. The RFQ is a small-business set aside and mandates compliance with all stated guidelines, with a submission deadline of May 8, 2025. Quotes will be evaluated based on a Lowest Price Technically Acceptable (LPTA) model, where technical merit and pricing will be critical for selection. Offerors must submit a detailed technical approach and a pricing sheet by specified formats, and a site visit is scheduled for April 24, 2025. The government reserves the right to cancel the RFQ at any time without obligation. The document emphasizes the importance of timely communication and compliance with all directives throughout the bidding process. Overall, the solicitation aims to establish a contract for essential landscape maintenance services in a federal context, supporting operational and regulatory compliance within military facilities.
    The memorandum from the Department of the Air Force addresses inquiries related to the solicitation FA2517Q0039 for landscape maintenance at Space Base Delta 1. It focuses on two primary questions regarding preferred materials for tables and shelters, specifically a low-maintenance, durable option like sturdy recycled plastic or composite materials. Visual examples are provided to illustrate the desired specifications. Interested parties are encouraged to reach out for further clarification via provided contact information. The memorandum underscores the importance of precise material selection in fulfilling the procurement requirements for the project.
    The 16th Electromagnetic Warfare Squadron (EWS) requires proposals for a landscaping project at Peterson SFB, CO. The contractor must provide all necessary labor, materials, and transportation to enhance the outdoor area. The landscaping must include at least six local trees, eight native shrubs, and a seating area with capacity for 20 people, featuring four picnic tables made of low-maintenance materials. Design elements include two pergolas for shade, trash receptacles near seating, and a cell phone storage device with a minimum of 50 lockable compartments. The project must balance hardscape (50%) and greenspace (50%), located on pavers between 12 to 18 inches in size. Work hours are Monday to Friday from 07:30 to 16:30, excluding federal holidays. Security measures dictate that contractors must be escorted at all times for access to secured areas. This RFP reflects the government’s aim to enhance outdoor spaces while ensuring compliance with safety and operational regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Skiatook and Birch Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the area. The services are crucial for maintaining the aesthetic and functional quality of the lakeside facilities, ensuring a safe and pleasant environment for visitors and staff. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation notice W912BV26QA010.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    Mortuary Services Agreements
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for a Mortuary Services Agreement. This agreement is a Total Small Business Set-Aside and falls under the category of MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES. The place of performance for this agreement is Colorado Springs, CO, USA. The primary contact for this procurement is Tiana Glenn, who can be reached at tiana.glenn@spaceforce.mil or 7195562195. The secondary contact is TSgt Eric Wienke, who can be reached at eric.wienke@spaceforce.mil or 7195565386. The purpose of this solicitation is to establish a Blanket Purchase Agreement (BPA) for mortuary services with a minimum order value of $1.00 and a maximum ceiling of $249,999.99. The BPA will have a period of performance of up to five years. Small businesses are eligible to participate in this solicitation.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.