Regional Grounds Maintenance and Landscaping 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 Department of the Navy, NAVFAC Washington, has issued a Combined Synopsis/Solicitation for Regional Grounds Maintenance and Landscaping Services across its Area of Responsibility (AOR). This 8(a) Set-Aside opportunity seeks a contractor to provide comprehensive grounds maintenance and pavement clearance services for various Naval and Marine Corps installations. Proposals are due by March 18, 2026, at 2:00 PM ET.
Scope of Work
The contract encompasses both recurring and non-recurring services, including:
- Grounds Maintenance: Mowing, trimming, edging, lawn services, weed control, plant/bed maintenance, shrub/hedge care, ornamental tree maintenance, storm drainage system maintenance, interior plant maintenance, and green waste management.
- Pavement Clearance: Sweeping, snow and ice removal, and deicing operations for roads, parking areas, sidewalks, building entrances, and airfield surfaces.
- Pest Control: Integrated pest management strategies.
Services will be performed at numerous locations within a 100-mile radius of the Washington Navy Yard, including Naval Support Activity Washington, Naval Research Laboratory, Marine Corps Barracks, Naval Support Facility Arlington, US Naval Observatory, Vice President's Residence, Naval Support Facility Carderock, NSF Dahlgren and Annexes, NSF Indian Head and Annexes, NAS Patuxent River, NSF Annapolis, Marine Corps Base Quantico, and NSA Bethesda. Recent clarifications confirm the inclusion of Dahlgren and Indian Head sites.
Contract Details
- Type: Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price, performance-based contract.
- Duration: One (1) base year, four (4) 12-month option periods, and a 6-month option period, totaling 66 months.
- Set-Aside: 8(a) Small Business.
- NAICS: 561730 (Landscaping Services), with a $9.5 million size standard.
- Place of Performance: Washington, DC, and surrounding AOR.
Key Requirements & Deliverables
Bidders must adhere to detailed Performance Work Statements (PWS) and numerous attachments outlining specific service level standards, inventories, site maps, and reporting requirements. Key deliverables include permits, licenses, pavement sweeping schedules, snow removal plans, pesticide/herbicide use sheets, water conservation plans, monthly maintenance schedules, and various environmental and safety reports. No Government-Furnished Property, Materials, or Services will be provided.
Evaluation Criteria
Proposals will be evaluated using a Lowest Evaluated Price Technically Acceptable (LPTA) approach. Evaluation factors include:
- Price
- Corporate Experience
- Technical and Management Approach
- Safety Offerors must complete and submit Exhibits A-E covering financial capacity, corporate experience, past performance, key personnel, and safety data (DART and TCR rates).
Important Notes for Bidders
- Wage Determinations: Bidders must comply with applicable Service Contract Act Wage Determinations, specifically WD 2015-4281 Rev 35 (for DC, MD, VA counties) and WD 15-4329 Rev 32 (for King George County, VA). A Collective Bargaining Agreement (CBA) for DSA, LLC and LIUNA Local 572 is also provided for reference.
- Site Visit: A site visit was scheduled for February 24-27, 2026. Offerors are urged to inspect sites.
- Submission: Proposals must be submitted electronically via the PIEE website. Instructions for base access (SEVNAV 5512) are provided for any required visits.
- ELINs: The latest "New Attach J-2000000-10 Blank ELIN 8a Regional Grounds Rewrite.xlsx" should be used, which clarifies previous "Reserved" labels and confirms the inclusion of Dahlgren and Indian Head inventories.