Bid Date: 2025-10-09
Project Description: This Sources Sought Notice is issued for information and planning purposes only and shall not be construed as a solicitation, obligation, or commitment by the Government. The purpose of this Sources Sought is to assess the availability and capability of qualified businesses to perform the following service:
The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to execute all grounds maintenance tasks and frequencies as outlined in the Performance Work Statement (PWS-Draft). This includes:
▪︎ Part 5 – Specific Tasks (Draft)
▪︎ Part 8 – Attachments/Technical Exhibits (Draft)
◦ Attachment 5 / TE 3 – Enterprise Municipal Grounds Maintenance Services Performance Standards and Frequencies (Draft)
The Contractor shall perform in accordance with the standards specified in the contract, excluding items designated as Government-furnished property and services (see Part 4 – Contractor Furnished Items and Services, if applicable).
Please refer to the attached PWS (Draft) for additional details.
The North American Industry Classification System (NAICS) code proposed for this requirement is 561730 – Landscaping Services. The applicable size standard for NAICS 561730 is $9.5 million in average annual receipts.
The estimated start date for performance is 10 August 2026. The Government anticipates a contract term consisting of a base period from 11 August 2026 through 10 August 2027, with four (4) pre-priced 12-month option years.
The Government requests that interested parties submit a response including the following information:
▪︎ A brief description of the company’s business size, including annual revenues and number of employees
▪︎ Business status (e.g., small business, 8(a), HUBZone, SDVOSB)
▪︎ DUNS number and CAGE Code
▪︎ A statement confirming the firm’s past performance and experience relevant to the scope, magnitude, and dollar value of the requirement
▪︎ A description of similar services previously provided to both Government and commercial clients
This information will assist the Government in determining its set-aside strategy for the forthcoming solicitation.
Interested firms are requested to submit the above details, along with their statement of interest and capability, no later than October 9, 2025 at 9:00 a.m. Hawaii Standard Time (HST).
This Sources Sought Notice is issued solely for market research purposes in accordance with FAR Part 10. A draft Performance Work Statement (PWS) is included with this notice, and interested parties are encouraged to review and submit industry feedback or suggested revisions.
Interested vendors should submit a written capability statement, limited to three pages, providing sufficient detail to enable the Government to assess the organization’s qualifications to perform the required services. The capability statement must include:
A statement expressing interest in the services described herein
A synopsis of the contractor’s relevant capabilities and experience
Additional information regarding this requirement will be posted on SAM.gov at https://SAM.gov/ as it becomes available. Please note that the draft PWS is subject to change; the final version will be released with formal solicitation at a later date.
All potential vendors are reminded that, in accordance with FAR 52.204-7, registration in the System for Award Management (SAM) is mandatory. Vendors not registered in SAM will be ineligible for contract award.
Note: All potential vendors are responsible for regularly monitoring the SAM.gov website for any updates, including future synopsis or the release of the solicitation.
All responses to this notice must be submitted via email to Monica L. Napoleon and Martin Celino of the 413th Contracting Support Brigade at monica.l.napoleon.civ@army.mil and martin.a.celino.civ@army.mil no later than 9:00 a.m. Hawaii Standard Time (HST) on October 9, 2025. Please ensure the email subject line reads: “Landscaping Services on the Island of Oahu.
All information submitted by industry in response to this sources sought is provided voluntarily. Submissions will not be returned. The Government will not be responsible for any direct or indirect costs incurred by contractors in preparing or submitting responses, nor for any use of the information provided.
Requests or inquiries via telephone will not be considered.