Search Contract Opportunities

Lawn Maintenance Services at the Fort Riley Commissary

ID: HQCMCG03192024 • Type: Sources Sought

Description

The Defense Commissary Agency (DeCA) is seeking interested vendors to provide services necessary to perform Landscaping Maintenance Services at the Fort Riley Commissary, located in KS. Interested vendors must agree to the Statement of Work, Attachment A (NOTE: this is a draft form and may change prior to solicitation publication). A list of questions pertaining to landscaping maintenance processes and procedures is located in Attachment B.

The anticipated Period of Performance (PoP) will be for a base period of December 1, 2024 through November 30, 2025 and will include four one-year option periods that may extend performance through November 30, 2029.

Contractors must be registered in the System for Award Management (SAM) under the specified North American Industrial Classification System (NAICS) code 561730. SAM registration must be completed at SAM.gov | Home.

Once made available, the solicitation and any amendments, if applicable, will be available at www.sam.gov/ under HQC005, DEFENSE COMMISSARY AGENCY. Potential vendors must use this website to obtain a copy of this solicitation once it is available.

The Request for Information (RFI) is issued for information and planning purposes only. Do not submit pricing information in response to this RFI. The Government does not intend to award based on responses from this RFI.

Responders are solely responsible for all expenses associated with responding to this RFI. DeCA will not pay for information received in response to this RFI.

There is no commitment by the Government to issue a solicitation, make award(s), or be responsible for any monies expended by industry responses to this RFI.

The following are attached:

  • Attachment A - Statement of Work
    • NOTE: This is a draft form and may change prior to solicitation publication.
  • Attachment B Questions

Please complete and return questions and a capability statement as a result of the RFI. Return via email to Tinitia Gholson (Tinitia.gholson@deca.mil) and Christina Ellison (christina.ellison@deca.mil) NLT March 26, 2024 3:00 PM EST.

Background
The Defense Commissary Agency (DeCA) is seeking interested vendors to provide services necessary to perform Landscaping Maintenance Services at the Fort Riley Commissary, located in KS. Interested vendors must agree to the Statement of Work, Attachment A (NOTE: this is a draft form and may change prior to solicitation publication). A list of questions pertaining to landscaping maintenance processes and procedures is located in Attachment B.

The anticipated Period of Performance (PoP) will be for a base period of December 1, 2024 through November 30, 2025 and will include four one-year option periods that may extend performance through November 30, 2029.

Work Details
WORK PERFORMANCE: The contractor shall provide all supervision, personnel, labor, tools, supplies/materials, equipment, transportation and other items and services necessary, unless otherwise indicated, to perform landscaping maintenance services required under this contract. Location: Fort Riley Commissary Address: 2310 Trooper Drive (Building 2310), Fort Riley, Kansas 66442
Areas of responsibility to be serviced include: lawn, ground cover, mulch bed areas
Landscaping maintenance services shall include: grass mowing, trimming, edging, pruning, mulching, weeding, leaf and straw/needle removal, fertilization of ground cover, and maintaining basic flower beds.

WORK SCHEDULE: Day and time of all work performed under this purchase order must be arranged in advance with the Facility Manager or other designated Commissary personnel or his/her designated representative to prevent interference with patrons and normal operation of the Commissary.

DISPOSAL OF DEBRIS: For all services performed all debris shall be collected at the end of each day’s work industry standard.

STORAGE AREA: Contractor’s tools, equipment and associated lawn care materials may not be stored on installation. The contractor shall bring all necessary lawn care materials to the site and remove them at the end of each day’s work.

DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, property (government or patron) exterior equipment or systems caused by the contractor as a result of work performed under this contract shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components to return the damaged area to its condition before the damage incident.

GOVERNMENT FURNISHED UTILITIES: While working on the sites the contractor may use existing power and water sources as supplied by to facilitate completion of the work.

CONTRACTOR ATTIRE: The contractor and the contractor’s employees shall be required to wear company-emblazoned shirts and any additional job-specific attire at all times. Long pants are recommended but walking shorts with pockets will be acceptable. Revealing clothing or clothing with obscene or inflammatory designs slogan or remarks shall not be permitted.

MOWING: Lawn areas shall be mowed to the optimal height to maintain healthy appearance depending on grass type using a mulching method. Litter and trash within defined areas of responsibility shall be removed within lawn or shrub areas prior to mowing. Care should be exercised to prevent damage to existing trees shrubs bushes flower beds and lawn irrigation equipment . FREQUENCY: Shall be dictated by the type of grass and vegetation currently at site.

TRIMMING: For areas of responsibility the contractor shall trim areas inaccessible by the mower to include but not be limited to fences fence posts sidewalks drives curbs foundations shrubs trees flower beds and other obstructions. Trimming needs shall not be exclusive to bushes trees other vegetation currently on site. Trimming debris must be removed. Dead or dying trees shall be reported to the Commissary Officer or his/her designated representative. Contractor is not responsible for tree removal services.

Period of Performance
The anticipated Period of Performance (PoP) will be for a base period of December 1, 2024 through November 30, 2025 and will include four one-year option periods that may extend performance through November 30, 2029.

Place of Performance
Location: Fort Riley Commissary Address: 2310 Trooper Drive (Building 2310), Fort Riley, Kansas 66442

Overview

Response Deadline
March 26, 2024, 3:00 p.m. EDT Past Due
Posted
March 19, 2024, 10:46 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Riley, KS 66442 United States
Source
SAM

Current SBA Size Standard
$9.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
38%
Signs of Shaping
The solicitation is open for 7 days, below average for the Defense Commissary Agency.
On 3/19/24 Defense Commissary Agency issued Sources Sought HQCMCG03192024 for Lawn Maintenance Services at the Fort Riley Commissary due 3/26/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561730 (SBA Size Standard $9.5 Million) and PSC S208.
Primary Contact
Name
Christina Ellison   Profile
Phone
None

Secondary Contact

Name
Tinitia Gholson   Profile
Phone
None

Documents

Posted documents for Sources Sought HQCMCG03192024

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought HQCMCG03192024

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought HQCMCG03192024

Similar Active Opportunities

Open contract opportunities similar to Sources Sought HQCMCG03192024

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE COMMISSARY AGENCY (DECA) > DEFENSE COMMISSARY AGENCY
FPDS Organization Code
97AZ-HQC005
Source Organization Code
100120193
Last Updated
April 10, 2024
Last Updated By
christina.ellison@deca.mil
Archive Date
April 10, 2024