BDLG 1 Landscape Maintenance
ID: FA251725Q0020Type: Combined Synopsis/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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 7:30 PM UTC
Description

The Department of Defense, through the United States Space Force, is seeking qualified contractors for landscape maintenance services at SPoC HQ Building 1, located at Peterson Space Force Base in Colorado. The contractor will be responsible for the weekly inspection and maintenance of approximately 341 plants and 20 trees, ensuring their health and compliance with local, state, and federal regulations. This procurement is vital for maintaining the aesthetic and environmental standards of the facility, with a contract set aside for small businesses under NAICS code 561730. Quotes are due by February 4, 2025, following a mandatory site visit on January 24, 2025, and interested parties can contact Anna Moritz at anna.moritz@spaceforce.mil or Jessica Wright at jessica.wright.10@spaceforce.mil for further information.

Files
Title
Posted
Jan 28, 2025, 5:05 PM UTC
The Performance Work Statement outlines the requirements for landscape maintenance at the Space Operations Command (SPoC) Building One located at Peterson Space Force Base, CO. The contractor is responsible for the weekly inspection and care of approximately 341 plants and 20 trees within the building. Specific tasks include checking moisture levels, cleaning and trimming plants, removing debris, adding soil, rotating plants for optimal light, providing nutrients, and treating for pests or diseases following regulations. The contractor must also replace any unhealthy plants with approved replacements. Access to the building requires a “T” badge, and services are to be performed during designated hours on weekdays, excluding federal holidays. This document serves as a formal Request for Proposal (RFP), emphasizing the government’s need for skilled maintenance to ensure the health and aesthetics of the building’s green spaces while adhering to security protocols and operational hours.
Jan 28, 2025, 5:05 PM UTC
The document FA251725Q0020 outlines the terms and conditions relevant to federal government solicitations and contracts, specifically for the Department of Defense (DoD). Key areas include compliance with various governmental regulations related to contractor responsibilities, employee protections, cybersecurity measures, and procurement guidelines. Significant clauses include instructions regarding payment processing through the Wide Area Workflow (WAWF), representations and certifications regarding the status of the offeror as a small business or other disadvantaged classifications, and prohibitions against certain telecommunications contracts. Essential points include requirements for contractor compliance with management systems, safeguarding of defense information, and disclosures related to telecommunications equipment. Further, the document addresses the importance of environmental responsibility and the incorporation of labor standards across contracting activities. The structure categorizes clauses into referenced and full-text formats, ensuring clarity and accessibility for potential government contractors. Overall, this document serves as a comprehensive guide to compliance and operational standards necessary for entities seeking federal contracts within the DoD framework.
Jan 28, 2025, 5:05 PM UTC
The document outlines the Contract Line Item Number (CLIN) structure and price schedule for a federal Request for Proposal (RFP) concerning landscape maintenance services. The CLIN structure breaks down the service contract into base and option years, specifying a monthly payment structure for a five-year duration from February 2025 to August 2030. Specific directions for offerors instruct them to fill in requested pricing in designated cells while maintaining original formulas and rounding values. A clause referencing Performance Work Statement (PWS) indicates that all maintenance tasks must adhere to specified standards, ensuring compliance throughout the contract's duration. Overall, this document serves as a framework for soliciting bids and managing contractor performance in delivering specified landscape maintenance services within a defined timeline, in accordance with federal contracting practices.
Jan 28, 2025, 5:05 PM UTC
The document outlines Wage Determination No. 2015-5417, issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage rates and fringe benefits required for federal contracts in Colorado, specifically in El Paso and Teller counties. The determination states that contracts awarded or renewed after January 30, 2022, must pay a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour. The document lists various occupations with corresponding pay scales, fringe benefits, and health and welfare requirements. Key details include provisions for paid sick leave under Executive Order 13706 and requirements for uniform allowances where applicable. Certain job classifications may qualify for additional benefits or different wage rates based on local conditions. This wage determination is significant for ensuring fair compensation for workers on government contracts and aligns with broader labor policies. It serves as a guideline for compliance in federal RFPs and grant programs, ensuring government funds are utilized effectively while safeguarding workers' rights.
Dec 12, 2024, 3:18 PM UTC
The Performance Work Statement outlines requirements for maintaining live plants in Space Operations Command (SPoC) Building One at Peterson SFB, Colorado. The contractor is responsible for the weekly inspection and maintenance of approximately 341 plants and 20 trees, which include various species such as Ficus and Dracaena. Key maintenance tasks comprise checking moisture levels, cleaning and trimming foliage, removing debris, replenishing soil, and rotating plants for optimal light exposure. Any expired or unhealthy plants must be replaced, adhering to local, state, and federal regulations. Contractors must have security clearance for access and operate during specified working hours, excluding federal holidays. The estimated annual labor and materials costs total $14,400, with labor estimated at $13,200 and materials at $1,200. The contract emphasizes a commitment to plant health and building aesthetics, ensuring proper care within a secure environment. Overall, this statement illustrates the government’s imperative to maintain its facilities effectively while ensuring compliance with established regulations.
Jan 28, 2025, 5:05 PM UTC
The Department of the Air Force, United States Space Force, issued a Request for Quotation (RFQ) for landscape maintenance services at SPoC HQ Building 1, located at Peterson Space Force Base, Colorado. This solicitation, numbered FA2517-25-Q-0020, requires the contractor to provide weekly inspections and maintenance for approximately 341 plants and 20 trees, ensuring their health and compliance with governmental regulations. A site visit is mandatory for all interested offerors, scheduled for January 24, 2025. The quotes are due by February 4, 2025, with criteria for evaluation focusing on technical acceptability and price, aiming for the lowest price technically acceptable (LPTA). This RFQ is a small business set-aside under NAICS code 561730, with a contract intended to be awarded based on the most advantageous offer. The performance period includes a base year with four option years and a six-month extension possibility, reflecting compliance with federal acquisition regulations. This initiative underscores the federal government's commitment to maintaining infrastructure standards while engaging with small businesses in contractual opportunities.
Jan 28, 2025, 5:05 PM UTC
The U.S. Space Force, through the 21st Contracting Squadron at Peterson Space Force Base, issued a Request for Quote (RFQ) under solicitation number FA251725Q0020 for landscape maintenance services for Bldg 1. The contractor is responsible for all aspects of maintaining approximately 341 plants and 20 trees, including inspections, watering, and replacing unhealthy plants, adhering to local and federal regulations. The contract aims for a firm-fixed price and is set aside for small businesses under NAICS code 561730. Quotes are due by January 22, 2025, with questions accepted until January 17, 2024. The selection will be based on the lowest price technically acceptable (LPTA) approach, emphasizing both technical compliance and cost. Performance periods include a base year with four options and a six-month extension, ensuring continuity in service. The RFQ details specific formatting and submission instructions alongside provisions for evaluation and potential contract award. This procurement reflects the Space Force’s commitment to maintaining facilities while fostering small business participation in federal contracting.
Jan 28, 2025, 5:05 PM UTC
The Department of the Air Force, through the United States Space Force, has issued a Request for Quote (RFQ) for landscape maintenance services at the SPoC HQ Bldg 1 located at Peterson Space Force Base, Colorado. The contractor will be tasked with the weekly inspection and care of approximately 341 plants and 20 trees, ensuring proper moisture levels, trimming, debris removal, and treatment for pests or disease per local and federal regulations. A mandatory site visit is scheduled for January 24, 2025, where participants will need special clearance. Quotes must be submitted by January 31, 2025, and will be evaluated based on lowest price technically acceptable (LPTA) criteria. The contract, set aside for small businesses, includes a base year and four option years. The proposal must conform to specific guidelines, including fixed pricing and submission format. Contractors must be registered with the System for Award Management (SAM) and adhere to all compliance measures throughout the project. This solicitation underscores the government’s commitment to maintaining its facilities while opening opportunities for small businesses within the landscape services sector.
Jan 28, 2025, 5:05 PM UTC
The memorandum documents inquiries related to the solicitation for landscape maintenance services by the United States Space Force, with specific focus on the contract FA2517Q0020. Key details include the incumbent contractor, Skyway Creations Unlimited Inc., and the current contract number FA251720P0013, valued at $54,591.60. A site visit is scheduled for January 24, 2025, and contractors are provided guidance for quotation submissions via attached documents. Access protocols to Peterson Space Force Base (PSFB) include issuance of common access cards with a two-day time frame for security clearance. The memorandum also clarifies management protocols, such as allowances for maintenance schedule adjustments due to weather and the ability for multiple employees to be badged for coverage. Technicians will have full access to plants during maintenance visits, although photography is restricted without supervision. This document serves to facilitate understanding and participation in the bidding process for interested contractors, ensuring adherence to specific requirements and fostering effective communication.
Jan 28, 2025, 5:05 PM UTC
The memorandum addresses inquiries related to the Request for Proposal (RFP) FA2517Q0020 for Indoor Plant/Landscape Maintenance at Space Base Delta 1, following a site visit on 24 January 2025. It provides detailed responses to questions regarding the maintenance of indoor plants, which are in pots and planting beds, with specifications on location, dimensions, and maintenance requirements. Key points include that the contractor is responsible for replacing dead plants, and it is outlined that maintenance should occur weekly for approximately 6-7 hours. Additionally, procedures for ingress and egress, equipment usage, and supply storage are clarified. The government specifies that no rocks are required in plant beds and that all relevant details are provided in the Performance Work Statement (PWS). This memorandum is essential for contractors participating in the RFP, ensuring clarity on operational parameters and responsibilities for providing plant maintenance services in a secure government facility.
Dec 12, 2024, 3:18 PM UTC
The document is a Sources Sought announcement from the 21st Contracting Squadron (21 CONS) identifying the need for market research regarding plant maintenance services for BLDG 1. It serves as a preliminary inquiry to gauge interest and capabilities of potential contractors, emphasizing that it is not a Request for Proposal (RFP) and does not imply any obligation from the government. The building requires maintenance for approximately 341 plants and 20 trees, with a variety of specific plant types detailed in the announcement. The current contract is held by Skyway Creations Unlimited, Inc., with a solicitation anticipated in the first quarter of Fiscal Year 2025. Respondents must provide company details, business classifications under NAICS 561730, and confirm their ability to meet the requirements outlined in the attached Performance Work Statement (PWS). Responses are due by December 18, 2023, with specified contacts for submission. The announcement aims to assess potential vendors' qualifications before initiating a formal solicitation process, ensuring effective collaboration and service delivery.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
USSPACECOM Building 1 Artwork
Buyer not available
The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential providers for artwork and branding services for Building 1 at USSPACECOM in Colorado Springs, Colorado. The project involves the design, procurement, and installation of artwork that reflects USSPACECOM's missions and heritage, with specific requirements for various wall configurations and mediums, primarily utilizing acrylic prints featuring themes related to space and military operations. Interested vendors are invited to respond to the Sources Sought announcement by April 9, 2025, providing details about their capabilities and relevant socio-economic certifications. For further inquiries, vendors can contact Cayce Moses at cayce.moses@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil.
JBSA-Randolph Tree Assessment, Trimming and Removal Services
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide tree assessment, trimming, and removal services at Joint Base San Antonio (JBSA) Randolph, Texas. The procurement aims to mitigate Bird Aircraft Strike Hazards (BASH) by addressing dead, dying, or diseased trees, which includes tasks such as chipping, stump grinding, and disposal, all performed by certified arborists. This initiative is part of the government's commitment to maintaining healthy tree populations and ensuring safety in military operations. Interested small businesses must register on SAM.gov for access to the forthcoming Request for Quotes (RFQ), expected to be released around April 16, 2025, with responses due tentatively by May 7, 2025. For further inquiries, contact Charles Woyome at charles.woyome.2@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
Cheyenne Mountain SFS Bldg 2000 Carpet Installation
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the installation of new carpet and cove base at Cheyenne Mountain Space Force Station, specifically in Building 2000. The project requires contractors to provide all necessary labor, materials, and supervision to complete the installation by March 2025, adhering to strict specifications regarding carpet standards and environmental safety protocols. This procurement underscores the importance of maintaining high facility standards while promoting small business participation, as it is a total small business set-aside opportunity. Interested vendors must attend a mandatory site visit on March 28, 2025, with quotes due by April 3, 2025; for further inquiries, contact William R. Dabbs at william.dabbs.1@spaceforce.mil or 719-556-6597.
Landscaping
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a landscaping project at several buildings, including 38, 3173, and 3330, located in Crane, Indiana. The contractor will be responsible for installing landscaping materials such as weed barriers, river rock, and plants, while adhering to federal and military standards, with a focus on safety and environmental compliance. This project aims to enhance the grounds of NSWC Crane, ensuring a well-maintained and aesthetically pleasing environment. Interested vendors must submit their offers via email to jenae.l.burkhart.civ@us.navy.mil by the closing date of April 9, 2025, at 12:00 PM Eastern Time, as this opportunity is set aside for small businesses under FAR 19.5.
Mowing and Planting Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide mowing and planting services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement includes a base year of services along with two option years, emphasizing the importance of maintaining the landscaping and grounds of this critical flood control infrastructure. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. Proposals are due by 2:00 PM AKDST on April 14, 2025, and interested parties can contact Ernest Woods at ernest.l.woods@usace.army.mil or Tom Green at tom.green@usace.army.mil for further information.
Building 7000 Security Escorts
Buyer not available
The Department of Defense, specifically the United States Space Force, is soliciting quotes for security escort services at Building 7000, Vandenberg Space Force Base, California. The procurement requires the provision of unarmed security escorts with Top Secret/SCI clearance to oversee contractor operations in restricted areas, ensuring compliance with Air Force security protocols. This contract, valued at approximately $29 million, is a total small business set-aside and is scheduled to run from April 24, 2025, to April 23, 2026. Interested vendors must submit their quotes by April 4, 2025, and direct any inquiries to Quintin Day or Chris Hummel via email, ensuring they acknowledge all amendments to the solicitation.
Grounds Maintenance - Joint Base Charleston, SC
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide comprehensive grounds maintenance services at Joint Base Charleston, South Carolina. The contractor will be responsible for maintaining improved and semi-improved grounds, ensuring a clean and professional landscaping appearance, and adhering to all relevant federal, state, and local regulations. This procurement is critical for promoting the growth of healthy vegetation and maintaining the overall aesthetic and operational integrity of the base. Interested parties must attend a mandatory site visit on November 7th and 8th to understand the requirements fully, and they can contact Roger "Dale" Crews at roger.crews@us.af.mil or 843-963-3568 for further information.
21 LRS Security Cameras
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a new CCTV security system at Schriever Space Force Base in Colorado. The project aims to enhance security by upgrading the existing system, requiring contractors to provide all necessary materials and skilled labor while adhering to specific technical standards and building codes. This initiative is crucial for maintaining safety and operational integrity at the facility, with a focus on advanced surveillance capabilities such as 4k resolution and infrared night vision. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by April 10, 2025, and can direct inquiries to SSgt Joshua Stone at joshua.stone.23@spaceforce.mil or Deaven Randolph at Deaven.Randolph.1@spaceforce.mil.
Fort Benning Grounds Maintenance
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Benning, Georgia, is seeking qualified contractors for Grounds Maintenance Services. The procurement aims to establish a firm fixed-price contract for non-personal services that include regular upkeep of the installation's landscape, such as mowing, trimming, and litter removal, while adhering to federal, state, and local regulations. This initiative is crucial for maintaining a safe and functional environment for military personnel and their families, ensuring that the grounds meet operational demands and aesthetic standards. Interested parties must submit a capabilities statement by 12 p.m. EST on April 11, 2025, to the designated email addresses of the contract specialists, Asia Hourel and Michael Taylor, with further details outlined in the attached Performance Work Statement.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement is a total small business set-aside under NAICS code 561790, requiring contractors to provide personnel, tools, and equipment for snow removal across designated areas, including sidewalks and parking lots, with strict timelines for service initiation and completion based on snow accumulation. This contract is crucial for maintaining safe and accessible conditions during winter months, ensuring operational readiness and community safety. Interested vendors must submit proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025; for further inquiries, they can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.