HARB Grounds Maintenance Services

SOL #: FA664826Q0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA6648 482 LSS LGC
HOMESTEAD AFB, FL, 33039-1299, United States

Place of Performance

FL

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Apr 23, 2026
2
Submission Deadline
May 14, 2026, 6:00 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, Air Force Reserve Command is soliciting proposals for Grounds Maintenance Services at Homestead Air Reserve Base (HARB), FL. This opportunity, identified as Solicitation FA6648-26-Q-0002, is a 100% Competitive 8(a) Set-Aside under NAICS code 561730 ($8.5M size standard). The contract will cover a base year and four option years, with services commencing May 23, 2026. Proposals are due by 4:00 PM EST on May 14, 2026.

Scope of Work

The contractor will provide all personnel, equipment, tools, materials, vehicles, and supervision for comprehensive grounds maintenance across HARB. Services include:

  • Maintaining improved, semi-improved, BASH (Bird Aircraft Strike Hazard), and unimproved grounds (mowing, edging, trimming, weed control, debris removal, leaf removal, pest control).
  • Irrigation system operation and maintenance.
  • Pruning shrubs, hedges, and trees; emergency tree/stump removal.
  • Maintaining vegetative, inert, and rock beds.
  • Clearing surface drainage ditches and canals.
  • Special cuts and services for emergency/special events. The Performance Work Statement (PWS, Attachment 1) and Appendix B (Attachment 2) detail specific requirements, including mowing heights and restrictions for endangered species.

Contract Details & Period of Performance

This is a Firm Fixed-Price contract. The anticipated period of performance is one base year (May 23, 2026 – May 22, 2027) plus four one-year option periods, extending potentially through May 22, 2031. Offerors must affirm capability to mobilize and begin performance within 7 calendar days of award. The CLIN structure is detailed in the Model Contract and Attachment 6 – Schedule of Items.

Set-Aside & Eligibility

This is a 100% Competitive 8(a) Set-Aside. Offerors must be registered and active in the System for Award Management (SAM) to be considered for award. The NAICS code is 561730 (Landscaping Services) with a size standard of $8.5 million.

Submission Requirements

Quotes must be submitted electronically via email to Sandy Guité (sandy.guite@us.af.mil) by 4:00 PM EST on May 14, 2026. Email subject line format: FA6648-26-Q-0002/Company Name/Email X of X. For files exceeding 20MB, a DoDSAFE link must be requested at least two business days prior to the deadline. Required submission components include:

  • Contractor Information: SAM UEI, CAGE Code, Name, POC, Email.
  • Representations/Certifications: Completed via model contract or SAM.gov.
  • Acknowledgment of Amendments: In Attachment 6.
  • Price Proposal: Firm fixed-price using Attachment 6 (Base + 4 Option Years).
  • Technical Proposal: Detailed explanation of performance ability, address unmet SOW requirements, completed Mission Essential Plan (Attachment 4), list of key personnel/qualifications, current workforce size, and assertion of 7-day mobilization.
  • Past Performance: List 2-4 similar projects from the past three years (description, dollar amount, year, owner contact).
  • Completed and Signed SF 1449.
  • Invoicing: Familiarity with WAWF (DFARS 252.232-7003) and ability to submit electronic invoices.

Evaluation Criteria

Award will be made to the responsible offeror whose proposal is most advantageous to the Government, utilizing a Performance-Price Tradeoff (PPT) where Past Performance is significantly more important than price.

  • Technical: Evaluated as "Acceptable" or "Unacceptable" (pass/fail) based on a sound and compliant approach, understanding of the PWS, and a complete Mission Essential Plan.
  • Price: Evaluated for fairness, reasonableness, completeness, balance, and realism across all periods.
  • Past Performance: Evaluated as "Acceptable," "Neutral," or "Unacceptable" based on provided references and government sources (CPARS, SAM.gov). An "Unacceptable" rating will result in no award. A "Neutral" rating is considered acceptable but less favorable than "Acceptable" in a tradeoff. The evaluation process involves a multi-step ranking and assessment, potentially leading to discussions if necessary, but the Government intends to award without discussions.

Key Dates & Actions

  • Site Visit: Scheduled for May 5, 2026. Attendance is strongly encouraged. RSVP by 2:00 PM EST on April 30, 2026, by emailing a completed Base Access Request (Attachment 7) to sandy.guite@us.af.mil. Max two attendees per contractor.
  • Requests for Information (RFIs): Hard deadline for submission is 2:00 PM EST on May 6, 2026. Responses will be provided by COB May 8, 2026.
  • Proposal Due Date: 4:00 PM EST on May 14, 2026.

Important Attachments

  • Attachment 1 – HARB Grounds Maintenance (PWS)
  • Attachment 2 – Appendix B – Grounds Maintenance (Map)
  • Attachment 3 – Wage Determination SCA2015-4543
  • Attachment 4 – Template Mission Essential Services Plan
  • Attachment 6 – Schedule of Items
  • Attachment 7 – Blank Base Access Request Form

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 23, 2026
HARB Grounds Maintenance Services | GovScope