Golf Course Growing Medium
ID: FA485525Q0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Compost Manufacturing (325315)

PSC

FERTILIZERS (8720)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking quotations for the procurement of a sterile mushroom growing medium for Cannon Air Force Base in New Mexico. The requirement includes 7,312 cubic feet of compost to cover 35,000 square feet at a depth of 6 to 12 inches, with specific characteristics such as weed-free composition and a minimum water retention capability of 30%. This growing medium is essential for enhancing the health and playability of the golf course greens, which have been affected by environmental conditions. Interested small businesses must submit their quotes electronically by February 12, 2025, with the contract expected to be awarded based on the lowest priced vendor meeting all specifications. For further inquiries, potential bidders can contact SSgt Aaron Scott at aaron.scott.24@us.af.mil or SrA Micaiah Lampkin at micaiah.lampkin@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, through the 27th Special Operations Contracting Squadron, has issued a Combined Synopsis/Solicitation for the procurement of a sterile mushroom growing medium for Cannon Air Force Base, New Mexico. The solicitation number FA485525Q0006, published on February 5, 2025, is a Request for Quotation (RFQ) exclusively set aside for small businesses under NAICS code 325315. The delivery requirement is for 35,000 square feet of growing medium, at a depth of 6-12 inches, by March 3-7, 2025. Quotes must be submitted electronically by February 12, 2025, with specific evaluation criteria focused on technical acceptability and timely delivery. The contract will be awarded to the lowest priced vendor meeting all specifications. Offerors need to comply with requirements outlined in FAR provisions and must be registered in the System for Award Management. The document emphasizes the importance of submitting comprehensive, self-sufficient quotes to ensure eligibility for contract award while maintaining a competitive pricing structure.
    The document is a Request for Proposal (RFP) from the U.S. federal government, specifically aimed at procurement within the Department of Defense (DoD). It outlines various clauses that must be incorporated into contracts, ensuring compliance with regulations regarding former DoD officials, whistleblower rights, telecommunications equipment, procurement from specified regions, and environmental considerations, among other requirements. The RFP emphasizes the importance of unique item identification and valuation in the contracting process and mandates the use of an electronic payment and reporting system (WAWF). Key clauses include requirements for representations, certifications, and compliance with laws governing small businesses, including those owned by veterans and economically disadvantaged groups. Additional clauses specify the prohibition of specific foreign entities due to national security concerns. This RFP illustrates the government's commitment to fair procurement practices, oversight of contractor actions, and adherence to ethical and compliance standards relevant to federal contracts. Overall, the document serves as a comprehensive guide for contractors, detailing mandatory legal and procedural frameworks that must be followed to engage in governmental contracts, reinforcing the need for accountability and transparency in federal procurement processes.
    The document addresses the Request for Quotation (RFQ) FA485525Q0006, concerning the procurement of a sterile mushroom compost for a golf course project. Key specifications include a requirement for 7,312 cubic feet of compost, suitable for covering 35,000 square feet at a depth of 6-12 inches. The compost will be mixed into an existing sand base to create undulations on the course's greens, which have been flattened by winds. Delivery must be in bagged and palletized loads, not bulk. Alternative compost types suggested by vendors (e.g., leaf mold, cow manure, green waste) are not accepted, as the specific nutrient and water retention properties of mushroom compost are necessary for the greens' health. Additionally, no prior soil samples have been taken, and the water supply comes from an effluent source. This RFQ strictly outlines the requirements, emphasizing the unique agricultural needs of the golf course and the significance of using a specific type of compost to ensure playability and turf health. The detailed responses provided aim to clarify requirements for potential bidders.
    The document outlines the specifications for sterile mushroom compost required for a government project. The primary focus is on procuring an appropriate amount of compost that can effectively cover 35,000 square feet of land at a depth range of 6 to 12 inches. Key characteristics include ensuring that the compost is free of weeds and has a water retention capability of at least 30% of its volume. Additionally, the compost must be compatible with hydroseeding techniques. These requirements are critical for successful implementation in the intended land application, underscoring the importance of quality and functional attributes in government Requests for Proposals (RFPs). Overall, the document highlights the essential characteristics needed to meet project goals while maintaining adherence to agricultural standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Pelletized Kanza Corn Cob Granules
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking quotes for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for pelletized Kanza corn cob granules, intended for use in rearing the Mexican Fruit Fly at their facility in Edinburg, Texas. This procurement is set aside for small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses, and requires the submission of product samples, a signed Standard Form (SF) 1449, a pricing schedule, and past performance references. The contract will span five years, from March 15, 2025, to March 14, 2030, with estimated annual deliveries of 352,000 pounds every 35 days, and all submissions must comply with Buy American provisions. Interested vendors should contact Margaux Nenichka at Margaux.G.Nenichka@usda.gov and submit their quotes by March 7, 2025.
    Shoring Device
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a modular trench shoring system to be delivered to Malmstrom Air Force Base in Montana. The system is designed to ensure worker safety in trenches up to 10 feet deep and 40 feet long, with adjustable widths ranging from 3 to 7 feet, and must weigh under 1,000 pounds for ease of handling. This procurement reflects the government's commitment to worker safety in construction environments, emphasizing the importance of compliance with Federal Acquisition Regulations and supporting small business participation, particularly from women-owned small businesses. Interested vendors should direct inquiries to Commander Erik M. Hallberg by February 19, 2025, and are required to deliver the system within 60 days of contract award, with acceptance contingent upon successful delivery and compliance inspection.
    Carlyle Fertilizer, Seed and Herbicide
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking proposals from qualified small businesses for the procurement of fertilizer, seed, and herbicide products. This opportunity is categorized as a Total Small Business Set-Aside, emphasizing the importance of supporting small enterprises in fulfilling the needs of the military. The goods are essential for soil preparation, planting, and cultivating, which are critical for maintaining military installations and supporting agricultural initiatives. Interested vendors should contact Amanda Sutton at amanda.c.sutton@usace.army.mil or call 573-222-8562 for further details regarding the solicitation process.
    Cannon AFB-Wastewater Treatment Plant Operations and Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the operations and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base in New Mexico. The contractor will be responsible for comprehensive management of the WWTP, including preventive and corrective maintenance, accurate sampling, laboratory analyses, and compliant waste disposal, all while adhering to federal, state, and local regulations. This procurement is critical for ensuring the continuous and efficient treatment of wastewater, which is vital for maintaining environmental compliance and operational integrity at military installations. Interested parties should contact Karina Bala at karina.bala@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Underground Storage Tank Inspection/Testing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Underground Storage Tank Inspection and Testing Services at Malmstrom Air Force Base in Montana. The contract requires a licensed third-party inspector to conduct compliance inspections and testing of underground storage tanks, adhering to both federal and Montana regulations, with inspections mandated every three years and annually. This procurement is critical for ensuring environmental safety and regulatory compliance regarding the management of hazardous materials at military installations. The total award amount for this firm-fixed price contract is $19,500,000, with the initial performance period set from March 3, 2025, to March 2, 2026, and options extending through March 2030. Interested parties can contact Randolph Foote at randolph.foote.1@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further information.
    Golf Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a TruGolf Max Golf Simulator Package under solicitation number FA875125Q0817. The procurement requires a comprehensive package that includes a gaming computer with specific hardware specifications, a projector, a touch screen monitor, a launch monitor, and various software components, all to be delivered to Rome, New York. This simulator is intended for use in training and recreational activities, highlighting its importance in enhancing skills and engagement within the Air Force community. Interested small businesses must submit their quotes by 3 PM Eastern Time on November 13, 2024, and can direct inquiries to Tiffany Slopka at tiffany.slopka@us.af.mil or Larry Barto at Larry.Barto.1@us.af.mil.
    Tree Trimming & Tree Removal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for tree trimming and tree removal services at Moody Air Force Base in Georgia. The contract, identified by requisition number FA483025Q0014, requires bidders to provide comprehensive services including tree and stump removal, trimming, and debris hauling, with a commitment to complete tasks within five business days of notification. This initiative is crucial for maintaining the safety and aesthetics of the base environment, ensuring compliance with federal regulations and labor standards. The total award amount is $9.5 million, with the contract effective from February 15, 2025, for a duration of five years. Interested vendors must submit their proposals, including evidence of liability insurance and appropriate licensing, to Victor Houston at victor.houston.1@us.af.mil by the specified deadline.
    ICBM Minuteman III Weapon System -- VAFB Filter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of ICBM Minuteman III Weapon System VAFB filters, as outlined in solicitation number FA8206-25-R-0103. This opportunity is specifically set aside for small businesses and requires the submission of sealed bids by February 21, 2025, with a focus on first article approvals, inspection, and quality assurance standards. The filters are critical for maintaining operational readiness and ensuring quality in military supplies, reflecting compliance with the Defense Priorities and Allocations System. Interested parties can reach out to Brad Wood at bradley.wood.11@us.af.mil or Ben J Davies at ben.davies@us.af.mil for further information.
    Cannon AFB - ClearCom Headsets
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the procurement of 50 Clear-Com "CCC-802064-120-M" headsets, as outlined in solicitation number FA485525Q0010. This procurement is set aside for 100% small businesses under NAICS code 334220, emphasizing the need for vendors to provide technical data, past performance information, and pricing in their quotations. The headsets are essential for communication in operational settings, ensuring effective coordination and safety among personnel. Quotations must be submitted by February 21, 2025, at 12:00 P.M. Mountain Time, and interested vendors should contact Mauro Madera at mauro.madera@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further details.
    Invasive Species Control Services - Amendment 0002
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Invasive Species Control Services at USAG Okinawa, Japan, under contract FA527025Q0005. The procurement aims to manage and control invasive species from fiscal year 2025 through fiscal year 2029, ensuring compliance with environmental regulations and protecting critical habitats. This initiative is crucial for maintaining ecological balance and mitigating the impacts of invasive flora and fauna on military installations. Interested vendors must submit their quotes by February 28, 2025, and can direct inquiries to Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil, with a total contract value capped at $300,000.