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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    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.
    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.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    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.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Plant and Holiday Decor Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Plant and Holiday Decor Services for the Washington DC VA Medical Center and its associated Community Based Outpatient Clinics. The procurement involves a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated performance period from January 19, 2026, to January 18, 2031, and a maximum contract value of $500,000.00. Key requirements include weekly plant maintenance, annual plant audits, pest control, and the installation and removal of holiday decorations, emphasizing the importance of maintaining a welcoming environment for veterans and staff. Interested parties must submit their quotes and any questions by January 5, 2026, with site visits scheduled for December 18-19, 2025; inquiries should be directed to Jameel Gordon at jameel.gordon@va.gov.