BLDG 1 Indoor Plant / Landscaping

SOL #: FA251726QB009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2517 21 CONS BLDG 350
PETERSON SFB, CO, 80914-1117, United States

Place of Performance

Colorado Springs, CO

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

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

Timeline

1
Posted
May 14, 2026
2
Last Updated
May 14, 2026
3
Submission Deadline
May 25, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, specifically the 21st Communications Squadron at Peterson Space Force Base, Colorado Springs, CO, is soliciting proposals for BLDG 1 Indoor Plant / Landscaping Services. This is a Total Small Business Set-Aside for commercial services, issued as a Request for Quotation (RFQ). The anticipated performance start date is June 1, 2026. Proposals are due May 25, 2026, by 10:00 AM Mountain Time.

Scope of Work

This opportunity requires non-personal services for indoor landscape maintenance within HQ Combat Forces Command (HQCFC) Building 1 (Bldg-1). The contractor will maintain the visual aesthetics and health of approximately 341 plants and 20 trees located in the atrium and catwalk planters. Key tasks include:

  • Weekly inspections and maintenance, including plant replacement.
  • Maintaining proper moisture levels, trimming, debris removal, and nutrient provision.
  • Inspecting for and treating plant diseases or insect infestations within 7 calendar days.
  • Providing a brief monthly report on plant health and confirming weekly visits.

Contract Details

  • Contract Type: Firm Fixed Price purchase order.
  • NAICS Code: 561730 - Landscape Care and Maintenance Services, with a size standard of $9.5 Million.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Period of Performance: A one-year base period, four one-year option periods, and a 6-month extension, with an anticipated start date of June 1, 2026.
  • Place of Performance: Peterson Space Force Base, Colorado Springs, CO.

Submission & Evaluation

  • Proposal Due Date: May 25, 2026, by 10:00 AM Mountain Time.
  • Submission Location: Email to Dante Aletto (dante.aletto.1@spaceforce.mil) and Dominic Impallaria (dominic.impallaria@spaceforce.mil).
  • Submission Format: Two parts: Part I (Priced Quote) and Part II (Technical Documentation, not exceeding 5 pages). .zip files are not accepted.
  • Quote Validity: Minimum of 60 calendar days.
  • Evaluation Criteria: Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on the lowest total evaluated price that meets technical criteria on an Acceptable/Unacceptable basis.

Key Requirements & Qualifications

  • Personnel: A Certified Professional Horticulturist (CPH) certificate is required for technical acceptability. Personnel applying chemical treatments must hold a valid State Commercial Pesticide Applicator License. All personnel must be U.S. Citizens with no felony convictions, requiring base identification and vehicle passes.
  • Equipment: Contractor must provide all watering equipment, utilizing portable water tanks or manual methods (facility hoses are prohibited).
  • Experience: Demonstration of recent and relevant projects (within the last 3 years) of similar scope (>300 plants) is required.
  • Compliance: Adherence to the Service Contract Act Wage Determination (2015-5417, Rev. 32) for El Paso and Teller Counties, CO, including minimum wage and fringe benefits.

Important Notes

This is a draft combined synopsis/solicitation. All companies must be registered in SAM.gov. Questions regarding the solicitation are due no later than May 20, 2026, by 10:00 AM Mountain Time. The solicitation incorporates various FAR and DFARS clauses by reference, which bidders must review for obligations and representations (e.g., telecommunications restrictions, WAWF payment procedures, tax liability, felony convictions). The CLIN Pricing Schedule (Attach 4) must be completed by filling only the yellow cells.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: May 14, 2026
View
Version 1Viewing
Solicitation
Posted: May 14, 2026