Description(s): SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION FOR WEED ABATEMENT & POWER WASHING SERVICES AT EDWARDS AIR FORCE BASE, CA.
THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a sources sought synopsis in support of Market Research being conducted by the United States Air Force to identify potential sources for Weed Abatement & Power Washing Services at B1020, 1022A, and B1040.
2. Requirement.
3.0 SCOPE OF WORK
3.1 Initial cleanup shall include but not be limited too.
3.1.1 Remove and clear large weeds and grasses from parking lot perimeter, surrounding areas of BLDG 1040 surrounding areas of BLDG 1020, and surrounding areas of BLDG 1022A.
3.1.1.1 Contractors shall collect and remove all trash and debris.
3.1.1.2 Contractor shall apply Chemical Weed Inhibitor “Green Spray” to all areas.
3.1.2 Power Wash BLDG 1040 Front Lobby Windows and “Mesh” window protectors.
3.1.2.1 Contractors shall perform Power Washing service that is appropriate to remove existing bird waste/debris from roosting areas, windows, and grounds.
3.1.3 Power Wash BLDG 1040 Main entry walkway, North and South pathways, and entry way to BLDG 1020.
3.2 Quarterly weed abatement
3.2.1 Contractor shall provide at least four (4) follow-up services during the 12-month period of performance. These services shall be scheduled quarterly with the option for the Government to re-schedule as needed.
3.2.2 Follow-Up services shall include weed abatement, chemical weed inhibitor spray, and power washing as described in para 3.1.1 through 3.1.3
3.3 All labor, equipment and supplies shall be provided by Contractor
3.4 Contractor shall provide copies (hard or electronic) of MSDS (Material Safety Data Sheets) of all chemicals used for this effort to the Pharmacy Manager.
4.0 PERIOD OF PERFORMANCE
4.1 Initial work must be completed within 30 calendar days.
4.2 Follow-Up Services shall be scheduled quarterly.
3. Information requested.
The Government requests interested offerors who can fully support this requirement to provide the following information:
a. Company name, UEI number, Cage Code, address, points of contact, phone numbers and e-mail addresses.
b. Information should include a brief description of experience in providing the type of services described above. The information package must be clear, concise, and complete. The Air Force has no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
c. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 561730 “Landscaping Services”. The Small Business Size Standard is $9,500,00.00.
d. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 1 page.
4. Inquiries.
Any qualified and interested company responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
All responses shall be forwarded to Karla Vazquez karla_lizette.vazquez_montes@us.af.mil and Carmen Barahona carmen.barahona@us.af.mil. The due date and time for responses to this synopsis is 10:00 AM Pacific Standard Time on Thursday 18 December 2025.