Regional Electric Utility Tree Trimming and Ground Cleaning Services
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 Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is conducting a Sources Sought for Regional Electric Utility Tree Trimming and Ground Clearing Services. This market research aims to identify qualified small businesses (including Small Disadvantaged, Women Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) Businesses) for a potential future Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Responses are due by April 27, 2026, at 2:00 PM Eastern Standard Time (EST).
Purpose
This is a Sources Sought Notice for market research only and is not a request for proposal. The government seeks to determine the availability and capability of small business sources to inform a potential set-aside acquisition in lieu of full and open competition.
Scope of Work
The contractor shall provide all labor, management, supervision, tools, materials, and equipment required for grounds maintenance and landscaping. This specifically includes tree maintenance and removal, stump grinding, vegetation removal, and potentially herbicide application within utility line clear zones and installation grounds parcels.
Geographic Area
Services are required at Norfolk Naval Shipyard, Portsmouth Naval Hospital, St. Julians Annex (Portsmouth, VA), Little Creek Naval Amphibious Base, Oceana Naval Air Station, Dam Neck Annex (Virginia Beach, VA), Yorktown Weapons Station, Cheatham Annex (Williamsburg, VA), and within a 50-mile radius of these listed sites.
Anticipated Contract Details
- Type: Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ) with non-recurring work service.
- Term: Not to exceed 66 months (including options).
- NAICS Code: 561730, size standard $9.5 million.
- Set-Aside: To be determined based on market research; seeking responses from various small business categories.
Submission Requirements
Interested parties should submit a brief capabilities package (not exceeding 5 pages) addressing:
- Examples of projects worked within the last five years of similar size, scope, and complexity, totaling at least $500,000 in value. Indicate prime/subcontractor role, contract value, and relevance.
- Company profile including number of offices, employees, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) number, and CAGE Code.
- Indication of small business status (SB, SDB, WOSB, SDVOSB, HUBZone, 8(a)).
- Identification of the geographic area in which your firm can operate efficiently and economically.
Response Deadline
Capabilities packages must be emailed to heather.l.race.civ@us.navy.mil by 2:00 PM Eastern Standard Time on April 27, 2026.
Important Notes
This is for planning purposes only; no contract will be awarded from this notice. The government will not pay for information submitted, and respondents will not be notified of evaluation results. Participation is not a prerequisite for future offerings but assists the Navy in tailoring requirements.