DDTP OUTDOOR STORAGE FIELD MAINTENANCE (WEED CONTROL) SERVICES
ID: SP330025Q0092Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Defense Logistics Agency (DLA) is soliciting bids for outdoor storage field maintenance services, specifically focusing on weed control at the DLA Distribution Tobyhanna in Pennsylvania. The procurement aims to establish a Firm-Fixed Price purchase order under a Total Small Business Set-Aside, with the contract potentially extending up to five years. Interested vendors are encouraged to attend a site visit on May 14, 2025, and must submit detailed proposals by the revised deadline of May 29, 2025, at 1:00 PM EST, including compliance with federal regulations and proof of necessary licenses. For further inquiries, vendors can contact Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment related to a solicitation and outlines critical procedural requirements for submitting offers. It specifies that offers must acknowledge receipt of the amendment by the deadline, which is set to avoid rejection of submissions. Respondents can acknowledge receipt in several ways, including returning completed forms or submitting a separate letter or telegram that references the solicitation and amendment numbers. It states that if changes to an already submitted offer are necessary due to the amendment, they must also be communicated prior to the specified deadline. The document lists essential administrative details, such as contract identification, and extends the deadline for submitting quotes to May 29, 2025, at 1:00 PM EST. Additionally, all other terms and conditions previously established remain in effect. This amendment helps streamline the offer process and ensures compliance with federal regulations for government solicitations and contracts.
    This document outlines a Request for Proposal (RFP) for project management and maintenance services, specifically for cleanup and weed control at DLA Distribution in Anniston, AL. The contract includes a Base Year and four Option Years, each offering firm-fixed pricing for specific services rendered. The scope entails a one-time initial cleanup of approximately 1,071,890 square feet across designated outdoor storage areas (lots A-H, J-N, and P-Q), along with monthly maintenance services from April to October during each year of the contract. The pricing structure is clearly laid out, but specific dollar amounts are not provided. Each option year replicates the service requirements established in the Base Year, ensuring continuity of maintenance and management support for the facility. The document serves as a crucial procurement tool, facilitating compliance with federal regulations while addressing the operational needs of the DLA Distribution Center.
    The Defense Logistics Agency (DLA) seeks Outside Storage Field Maintenance Services for its Tobyhanna distribution center in Pennsylvania. The Contractor will be responsible for maintaining the outdoor storage areas, which are currently overgrown with vegetation, hindering access to stored assets. The contract is non-personal and mandates that the Contractor provide all necessary labor, materials, and supervision, while adhering to environmental standards and using only approved herbicides like Roundup. The scope includes managing weed and vegetation growth to maintain areas with a neat appearance, waste removal, and trimming around structures and obstacles. The Contractor must also comply with specific safety and environmental requirements, including providing Material Safety Data Sheets for products used. Services will be required based on a one-year base term with four optional years, primarily during regular government workdays, barring federal holidays. The document outlines response protocols during heightened security conditions and mandates consistent documentation and reporting to the DLA Environmental Division. The RFP emphasizes a commitment to professional service delivery while ensuring compliance with health and safety standards.
    The document outlines wage determinations under the Service Contract Act, specifying minimum wage and fringe benefits for various occupations in Monroe County, Pennsylvania. It highlights the impact of Executive Orders 14026 and 13658, mandating higher wages for contractors based on contract dates. For contracts effective January 30, 2022, the minimum wage is set at $17.75 per hour; for earlier contracts that are not extended, it remains at $13.30 per hour for 2025. The document details required compensation rates for over 300 job classifications, including administrative roles, automotive services, and health occupations, alongside their associated fringe benefits. It also presents obligations for paid sick leave, vacation, holidays, and uniform allowances for contractors. Notably, the document includes a conformance process for occupations not listed, ensuring appropriate wage classifications are maintained. This registration serves to guide federal contractors in compliance with labor laws while ensuring fair wages and benefits for employees, reflecting the government's commitment to labor standards and worker protections in procurement processes. The overall purpose is to ensure contractors adhere to specified wage guidelines and to inform them of their responsibilities under federal contracts.
    The document provides a breakdown of square footage for various locations, totaling 1,071,890 square feet across multiple sites labeled A through Q. Each site has a specified area ranging from 7,935 to 293,930 square feet, indicating variability in size and potentially varying purposes for each location. The total cumulative area represents the aggregate of the individual site measurements, which could be relevant for federal or state/local RFPs and grants focusing on land use, development, or facility management. This information might serve as a foundation for proposals or funding requests where spatial planning and infrastructure assessment are critical components in responding to governmental solicitations.
    The document serves as a visitor guide for the Tobyhanna Army Depot, issued by the Defense Logistics Agency (DLA). It outlines the protocols for gaining access to the depot, highlighting the requirement for valid government-issued identification for all visitors, as well as specific regulations for vehicle entry, including registration and insurance verification. Non-government personnel must undergo a background check prior to entry. The guide specifies procedures for visiting restricted and classified areas, which necessitate prior approval and an escort. Safety protocols are emphasized, mandating closed-toe shoes in work areas and limitations on personal electronic devices within certain installations to avoid interference with sensitive operations. Clear guidelines prohibit certain items, including firearms and drugs. The document also details operational hours, points of contact for information, and resources for electronic device connectivity. Overall, it aims to ensure safety and compliance for visitors while facilitating secure access to the DLA's facilities, signifying the organization's commitment to operational security and effective visitor management.
    The Defense Logistics Agency (DLA) is soliciting bids for outdoor storage field maintenance services, specifically weed control, for the DLA Distribution Tobyhanna in Pennsylvania, under solicitation SP3300-25-Q-0092. The intent is to establish a Firm-Fixed Price purchase order as a 100% Small Business Set-aside, with responses due by May 23, 2025. Interested vendors are encouraged to attend a site visit on May 14, 2025, for a better understanding of the project. Bidders must submit detailed proposals, including technical capabilities, past performance records, and pricing. Compliance with federal regulations like those in the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) is required. Important documents include proof of insurance and a valid Pennsylvania Commercial Pesticide license. The contract could extend up to five years, and improper submission may lead to delays in payment. The solicitation emphasizes clear instructions on quote formatting, submission deadlines, and required documents. This procurement reflects the DLA's ongoing commitment to operational effectiveness and the support of small business participation in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Harrisburg Site Cleanup project in Pennsylvania. The procurement involves debris removal and mutilation services at the DLA DS Susquehanna site, with the objective of restoring a former scrap yard to its original condition within three months of contract award. Contractors will be responsible for the systematic removal, shredding, and disposal of all scrap materials, ensuring compliance with all applicable regulations, while retaining any revenue from recycled materials. Interested parties must submit their quotes by 1:00 p.m. Eastern Standard Time on the specified date, and can reach out to Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further inquiries.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Center in Djibouti, Africa. The contractor will be responsible for managing and executing a range of operations including receiving, storage, inventory management, packaging, and distribution of sustainment cargo to support regional customers. This contract is critical for ensuring efficient logistics operations in a strategic location, facilitating the timely delivery of contingency materials. Interested parties should note that the proposal submission deadline has been extended to January 21, 2026, with questions due by October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    DLA Commercial Price List Market Research
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Southern Kentucky and Tennessee Surrounding Area
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Prime Vendor support to supply various subsistence items to customers in the Southern Kentucky and Tennessee Surrounding Areas. The procurement aims to establish an Indefinite Delivery Contract for a five-year term, with an estimated total value of $30,884,214.40, and a guaranteed minimum of $3,088,421.40, structured in three pricing tiers. This contract is crucial for ensuring the timely delivery of food supplies to federally funded agencies, with all proposals evaluated based on the Best Value - Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their proposals by February 9, 2026, and can contact Vance S. Corey at vance.corey@dla.mil or Alana Perillo at ALANA.PERILLO@DLA.MIL for further information.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to secure MFDs, accessories, maintenance, training, and network services at a flat rate for up to 60 months, with a focus on compliance with stringent security requirements and operational capabilities. Interested companies must submit a capabilities package by December 22, 2025, detailing their qualifications, business size, and relevant experience, while questions regarding the draft Performance Work Statement are due by November 13, 2025. For further inquiries, contact Matthew O’Brien at matthew.obrien@dla.mil or Jennifer DeWease at jennifer.dewease@dla.mil.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    SPE30026R0010 - Southern Kentucky and Tennessee and the Surrounding Areas
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for Subsistence Prime Vendor (SPV) support for Southern Kentucky and Tennessee and surrounding areas. The procurement involves the delivery of various subsistence items from the 8900 federal supply group or commercial equivalents, with a requirement for "just in time" delivery starting no later than 120 days post-award. This contract, valued at up to $108 million, will be awarded as a Fixed-Price contract with Economic Price Adjustments, spanning a total of five years divided into three tiers. Interested parties can find the Request for Proposal (RFP) on the DLA BSM DIBBS website, with the solicitation expected to be posted in December 2025. For further inquiries, contact Vance S. Corey or Alana Perillo at the provided emails or phone number.