Weed Abatement Services at Edwards AFB
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 Air Force is soliciting quotes for Weed Abatement Services at Edwards Air Force Base, CA. This opportunity, issued as a combined synopsis/solicitation (RFQ) FA930226Q0021, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will cover one base year and four one-year option periods. Quotes are due by March 17, 2026, at 2:00 PM PST.
Scope of Work
The required services include comprehensive weed abatement and power washing at specific locations within Edwards AFB, primarily around Buildings 1020, 1022A, and 1040, including parking perimeters. Key tasks involve:
- Initial Cleanup: Removal of weeds, grasses, trash, and debris from designated areas.
- Power Washing: Cleaning of windows, mesh protectors, main entry walkways, and pathways, specifically targeting bird waste/debris.
- Chemical Weed Inhibitor Application: Coordination and application of approved chemical inhibitors, requiring specific CA Department of Pesticide Regulation licenses.
- Quarterly Follow-up Services: A minimum of four quarterly services per year, encompassing both weed abatement and power washing. The contractor must provide all labor, equipment, and supplies, and submit Material Safety Data Sheets (MSDS) for all chemicals used.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ), Firm Fixed Price.
- Duration: One base year (~March 23, 2026 – March 22, 2027) plus four one-year option periods. Initial cleanup within 30 days of award, quarterly follow-ups thereafter.
- Place of Performance: 20/40 Hoglan Ave, Edwards AFB, CA, specifically BLDGs 1020, 1022A, and 1040, including parking perimeters.
- NAICS Code: 561730 (Landscaping Services), with a size standard of $9,500,000.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
Submission & Evaluation
- Offer Due Date: March 17, 2026, at 2:00 PM Pacific Daylight Time (PST).
- Submission Method: Quotes must be emailed to both Carmen Barahona (carmen.barahona@us.af.mil) and Karla Vazquez (karla_lizette.vazquez_montes@us.af.mil). The maximum email file size is 10MB. Quotes should include the SF1449 and a separate PDF quote detailing pricing for all Contract Line Items (CLINs).
- Required Information: Quotes must include SAM UEI, TIN, CAGE Code, Contractor Name, Payment Terms, POC Name/Phone, Email, Warranty, Offer Expiration Date, FOB Destination, and Estimated Delivery Lead Time.
- Basis for Award: Lowest Price Technically Acceptable (LPTA). Quotes will be ranked by price, and the lowest-priced technically acceptable offeror will receive the award.
- Evaluation Factors:
- Price: Evaluated for reasonableness.
- Technical Acceptability: Pass/fail evaluation based on the offeror's demonstrated ability to meet all requirements of the Statement of Work.
- Questions Deadline: March 13, 2026, at 3:00 PM PDT, via email to carmen.barahona@us.af.mil.
Important Dates & Actions
- Site Visit: A site visit is scheduled for March 13, 2026, at 9:00 AM PDT. Interested contractors must email both points of contact by March 9, 2026, at 12:00 PM PDT to confirm interest. A DoD Safe link will be provided for PII submission; do not email PII.
- Deliverables: Within 5 business days of award, a Schedule of Work is required. Personnel requiring on-site access must submit a "Site Support Visit Request" at least 5 days prior to the agreed install date.
- Security Requirements: Contractor employees are subject to criminal history checks, base access procedures (AFMC Form 496, Real ID), and must comply with base security regulations, FPCON/HPCON changes, and OPSEC policies. Employees must be U.S. citizens and complete Antiterrorism Awareness Level I and OPSEC training.
- Wage Determination: The Service Contract Act Wage Determination WD 2015-5603 for Kern County, CA, applies, outlining minimum wage rates and fringe benefits.