Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia and Naval Weapons Station Yorktown, Yorktown, Virginia and Other Areas of Responsibility (AOR).
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Navy's NAVFACSYSCOM MID-ATLANTIC is preparing to solicit proposals for Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek – Fort Story, Naval Weapons Station Yorktown, Cheatham Annex, VA, and other Areas of Responsibility (AOR). This will be a Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based contract. The procurement is designated as a Competitive Small Business Set-Aside. The Request for Proposals (RFP) is anticipated to be released around January 30, 2026, on SAM.gov, with proposals due at least 30 days thereafter.
Scope of Work
The contractor will provide all labor, management, supervision, tools, materials, and equipment for comprehensive grounds maintenance and landscaping. Services, detailed in Annex 1503050 C and the Performance Work Statement (PWS), include improved grounds, lawn care, vegetation control, irrigation systems operation, debris removal, shrub/hedge/plant/tree maintenance, artificial turf, xeriscape areas, storm drainage systems, parking lot vegetation maintenance, road sweeping, and maintenance of semi-improved and unimproved grounds.
Contract Details
- Type: Firm Fixed Price (FFP)/Indefinite Delivery/Indefinite Quantity (IDIQ), Performance-Based Service Acquisition.
- Duration: A base period (potentially less than one year) with 4 twelve-month option periods and 1 six-month option period, not to exceed 66 months cumulatively.
- Estimated Value: Corporate Experience evaluation requires projects with a yearly value of at least $900,000 for recurring services.
- Set-Aside: Competitive Small Business Set-Aside.
- NAICS Code: 561730, with a size standard of $9.5 million.
- Submission: Online ordering via FedMall for Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards and FedMall Encrypted software is required.
- Replacement: This contract will replace the current contract N4008521D0042, which expires May 14, 2026.
Evaluation and Submission
- Method: Lowest Prices Technically Acceptable (LPTA). Proposals will be screened by price, then non-price factors of the lowest-priced proposal will be evaluated. Technical acceptability is mandatory for award.
- Factors: Offerors must be technically ACCEPTABLE under all four factors:
- Technical Approach/Management
- Corporate Experience (similar size, scope, and complexity, including $900k/year recurring services, full scope, and multiple customers/installations)
- Safety
- Past Performance (similar size, scope, and complexity)
- RFP Release: Expected around January 30, 2026, on SAM.gov.
- Proposal Due: At least 30 days after RFP posting.
- Technical Inquiries: Must be submitted in writing to Sarah Olson (sarah.a.olson19.civ@us.navy.mil) 10 days prior to the RFP due date.
- SAM Registration: An active registration in the System for Award Management (SAM) database is mandatory for proposal submission and throughout the contract period.