SOLICITATION NOTICE
S -- Grounds Maintenance Services at NAS Pensacola, FL
- Notice Date
- 6/17/2025 12:57:18 PM
- Notice Type
- Presolicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N6945025R0075
- Archive Date
- 06/17/2026
- Point of Contact
- Kendra McMahon, Phone: 904-521-7608
- E-Mail Address
-
kendra.l.mcmahon.civ@us.navy.mil
(kendra.l.mcmahon.civ@us.navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- This is a Synopsis Notice for Grounds Maintenance Services at Naval Air Station (NAS) Pensacola, FL and surrounding area to include Corry Station, Saufley Field, and Bronson Field.The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Kendra McMahon, Contract Specialist, Kendra.l.mcmahon.civ@us.navy.mil. The proposed solicitation number is N6945025R0075.The work will include all labor, management, supervision, tools, material, and equipment required to perform grounds maintenance services at Naval Air Station (NAS) Pensacola, FL and surrounding area to include Corry Station, Saufley Field, and Bronson Field. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561730 and the annual small business size standard is $9.5M dollars.The contract term is anticipated to be a base period of one year and four one-year option periods, for a total contract performance period not to exceed five years (60 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six (6) months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. This is a new requirement.Market research was performed in accordance with FAR 10.002(b)(2). As a result of the market research, the Contracting Officer recommended soliciting as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The NAVFAC Southeast small business office concurs with the set-aside determination. As a result, the proposed Request for Proposal (RFP) will be issued as a competitive SDVOSB set-aside.The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.The solicitation and subsequent amendments will be issued via the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE). A link to the solicitation will be provided on Contract Opportunities at https://sam.gov when it becomes available. The anticipated date of RFP issuance is on or after 2 July 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29b6cabc7df1475da1850cda376786ee/view)
- Record
- SN07480390-F 20250619/250617230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |