Landscaping
ID: N0016425Q0579Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, 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 Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a landscaping project at several buildings within its facility in Crane, Indiana. The project involves the removal and replacement of existing landscaping features, installation of low-maintenance solutions, and adherence to federal and military standards, with specific tasks outlined in the Statement of Work. This procurement is part of the government's commitment to maintaining its facilities effectively and safely, ensuring a visually appealing environment. Interested small businesses must submit their offers via email by April 21, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Jenae Burkhart at jenae.l.burkhart.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NSWC Crane Facilities' Statement of Work (SOW) outlines a landscaping project for buildings 38, 3173, and 3330 at the Naval Sea Systems Command in Crane, Indiana. The contractor is responsible for installing landscaping materials, including weed barriers, river rock, and plants, while adhering to specified federal and military standards. The landscaping will involve specific areas outlined in the accompanying visual reference, particularly around building 38's monument sign and the east and north sides of buildings 3173 and 3330N. The government will supply necessary technical documentation and ensure access to required facilities. Additionally, the contractor must comply with safety and environmental regulations, providing adequately trained personnel for handling hazardous materials. Overall, this project emphasizes safety and compliance while enhancing the grounds of NSWC Crane.
    This document serves as an amendment to an existing solicitation, extending the response due date from April 9 to April 21, 2025. It updates key components, including a revised Statement of Work (SOW) and the inclusion of new clauses relevant to contract administration. Notably, it emphasizes the importance of acknowledging the amendment through various channels to avoid the rejection of offers. It also outlines responsibilities of contracting officers and points of contact for administrative purposes, detailing the procedures for modifications and contractors' guidelines for deliverables, including operational hours. Additionally, provisions about handling operations during federal holidays and weather-related disruptions are specified. The document ultimately underscores the importance of compliance with federal regulations and clear communication among contracting parties.
    The document appears to be an incomplete government file related to federal grants and RFPs (Requests for Proposals) at federal, state, and local levels. Its primary purpose seems to be the submission or detailing of specific proposals for funding considerations. Key points may include eligibility requirements for applicants, important deadlines, funding amounts, and guidelines on how to submit proposals. Additional details might touch on criteria for evaluation, reporting requirements, and specific areas of interest for grant allocation. However, due to the garbled nature of the text, the supporting information is difficult to extract clearly. The structure of such documents typically includes a call for proposals, application requirements, and assessment criteria essential for any entity seeking government funding. Overall, the file underscores the importance of structured submissions for organizations aiming to secure federal or local support for their projects. The fragmented nature of the document suggests it may need significant revision before it can serve its intended purpose effectively.
    The document outlines a Statement of Work (SOW) for landscaping projects at specific buildings within the Naval Sea Systems Command (NAVSEA) Crane Division in Crane, Indiana. The contractor is tasked with updating landscaping at buildings 38, 3173, 3330S, 3330C, and 3330N, emphasizing low-maintenance solutions and aesthetic enhancements while adhering to certain compliance standards. Key tasks include removing old landscaping, installing new rock and edging, and planting new vegetation where specified. Strict guidelines are set regarding safety measures and the handling of hazardous materials, ensuring all contractor employees follow OSHA regulations and possess appropriate training. The government will supply technical documentation crucial for the project's execution. The main purpose of the SOW is to detail the landscaping requirements while ensuring adherence to federal, state, and local regulations, which reflect the government's commitment to maintaining its facilities effectively and safely.
    The Statement of Work (SOW) outlines a project for landscaping installation at buildings 38, 3173, 3330S, 3330C, and 3330N at the Naval Sea Systems Command (NAVSEA) facility in Crane, Indiana. Key tasks include the removal and replacement of existing landscape features—such as plants, rocks, and edging—alongside tree management and installation of low-maintenance landscaping. Specific guidelines prohibit the use of mulch, and the contractor must propose plant types to enhance aesthetic appeal while ensuring compliance with Navy and military standards. Safety protocols mandate adherence to federal and state regulations, requiring proper personal protective equipment (PPE) for workers. Additionally, the contractor is responsible for handling hazardous materials responsibly. Technical documentation, including manuals and drawings, will be provided by the government for guidance. The project aims to rejuvenate the landscaping around these facilities, ensuring a visually appealing and compliant environment.
    Lifecycle
    Title
    Type
    Landscaping
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    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.
    SOLE SOURCE – SOFTWARE LICENSES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure software licenses through a sole source justification. This procurement involves IT and telecom business application/software as a service, which is critical for the Navy's operational capabilities. The opportunity is based in Crane, Indiana, and is essential for maintaining the functionality and efficiency of the Navy's software systems. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    Railroad Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, specifically the Naval Facilities Engineering Command Mid-Atlantic, is seeking to extend a contract for railroad maintenance and repairs at the Naval Support Activity in Crane, Indiana. This procurement involves a five-month extension with seven one-month option periods for the existing requirements contract with Alltrack, Inc., which is crucial for maintaining the railroad trackage essential to base operations. The contract value will be increased by $700,000 to accommodate additional capacity during this period, with the follow-on procurement anticipated no later than August 7, 2023, or March 7, 2024, if all options are exercised. Interested parties can reach out to Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or by phone at 812-854-6641 for further details.
    SOLE SOURCE – EVALUATION AND REPAIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – TEST EQUIPMENT MAINTENANCE AND REPAIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance and repair services for test equipment on a sole source basis. This procurement is justified under the PSC code J066, which pertains to the maintenance, repair, and rebuilding of instruments and laboratory equipment, highlighting the critical nature of these services for operational readiness. The work will take place in Crane, Indiana, and is essential for ensuring the reliability and functionality of vital test equipment used by the Navy. Interested parties can reach out to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for further details regarding this opportunity.
    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.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    Long Range Broad Agency Announcement (BAA) for NSWC Crane
    Dept Of Defense
    The Naval Surface Warfare Center Crane Division (NSWC Crane) is issuing a Long Range Broad Agency Announcement (BAA) seeking innovative research proposals to enhance national security across various technical capabilities. The BAA invites submissions related to ten key areas, including Electronic Warfare, Hypersonic Weapon Systems, and Advanced Electronics, with the goal of fostering revolutionary ideas and technology demonstrators that align with NSWC Crane's mission. Proposals can be submitted on a rolling basis until February 1, 2027, with multiple awards anticipated, funded through contracts, grants, cooperative agreements, or other transaction agreements. Interested parties can contact Scotland McKinzie at scotland.mckinzie@navy.mil or Michael Sprinkle at michael.s.sprinkle3.civ@us.navy.mil for further information.
    Hardwood Range WISS v5 Tower
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.