Grounds Maintenance Services at KS104 Dodge City, KS
ID: W911SA25QA066Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 in Dodge City, Kansas. The contract, valued at approximately $9.5 million, encompasses a range of services including lawn maintenance, weed control, and seasonal clean-up, with a performance period from April 1, 2025, to March 31, 2026, and options for four one-year renewals. This procurement is crucial for maintaining the aesthetics and functionality of government properties, ensuring compliance with federal regulations and standards. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to participate in the bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation is for a contract related to grounds maintenance services for a U.S. Army Reserve location in Dodge City, Kansas. The contract is valued at $9,500,000 and spans from April 1, 2025, to March 31, 2026, with provisions for four one-year renewal options. It includes tasks such as regular grounds maintenance, weed and feed applications, and seasonal cleanup. The awarded contractor must comply with several federal regulations and standards outlined in the document, emphasizing the importance of service performance and adherence to contract terms. The document details critical information for bidders, including a rating order system, inspecting and acceptance procedures, and payment protocols. It incorporates various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that are essential for legal compliance, including those related to contractor performance assessments and contractor obligations. Furthermore, the document emphasizes the inclusion of economically disadvantaged women-owned small businesses and compliance with service contract reporting requirements. This comprehensive solicitation aims to ensure the effective management and maintenance of the Army Reserve facility while adhering to procurement standards and promoting small business participation.
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance at the Army Reserve facility KS104 in Dodge City, KS. The contractor is responsible for providing all necessary labor, materials, and equipment to maintain the facility's outdoor areas, ensuring a professional appearance. Key tasks include lawn maintenance, aeration, fertilization, weed control, and seasonal clean-up, with specific mowing, trimming, and waste removal standards defined in detail. The contract includes one base period and four optional extensions, with work primarily active from April to November. Quality control rests with the contractor, overseen by a designated Contracting Officer Representative (COR) who assesses compliance with performance requirements. The contractor must also implement utility conservation practices and properly manage keys issued by the government. Additionally, personnel must complete anti-terrorism and operations security training. An emphasis on corrective action processes for non-conformance is included, detailing responses and escalation levels. Overall, this PWS serves to maintain the facility’s grounds while ensuring compliance with safety and quality standards essential to Army operations.
    The document is a Contract Requirements Package intended for conducting antiterrorism (AT) and operations security (OPSEC) reviews for Army requirements. It outlines mandatory processes and training protocols for contractors and subcontractors working within Army installations, ensuring compliance with various security standards. Key components include the requirement for AT Level I training, specific access protocols for contractors requiring Common Access Cards (CAC), and provisions for handling classified and controlled unclassified information. The document emphasizes the necessity for contractor employees to undergo security training and certification in information assurance and OPSEC procedures before and during contract execution, particularly for contracts involving overseas deployment or classified activities. The attached standard contract language details the obligations of contractors, from background checks to annual training, reinforcing the Army's commitment to maintaining a secure operational environment. This structured approach aims to protect personnel and information, vital for national security, as delineated in Army regulations.
    The government file outlines performance objectives and standards for contractors providing grounds maintenance services. Key requirements include providing identification badges for employees, using herbicides only with prior approval, and submitting service tickets for all maintenance activities. Each service ticket must detail the services performed, dates, and signatures of relevant personnel, and must be submitted within 30 days of the work. Incentives for compliance include positive evaluations (CPARS narratives) and full payment, while disincentives for non-conformance may lead to corrective actions, negative evaluations, and payment reductions. Contractors are responsible for documentation that adheres to specific guidelines, emphasizing transparency and accountability in services performed. The document serves as a framework for managing contractor performance to ensure high-quality grounds maintenance under government contracts.
    The document outlines required deliverables related to specific safety and training measures for contractors engaged in government projects. It specifies formats, submission timelines, frequencies, and recipients for various items such as Safety Data Sheets (SDS), key personnel lists, identification of contract employees, and completion certificates for specific training programs. Key training includes AT Level I, OPSEC Level I, and iWATCH Training, which must be completed within set periods following contract commencement. Additionally, it includes requirements for submission of fertilizer application forms and service tickets, along with insurance documentation. Compliance with these requirements ensures operational integrity and safety on government sites, reflecting the structured approach necessary for effective government contract management. The document serves as a clear guide for contractors to fulfill obligations and maintain government standards.
    This document from the U.S. Department of Labor outlines the Wage Determination No. 2015-5345 for Kansas under the Service Contract Act. It specifies that contracts entered after January 30, 2022, must comply with Executive Order 14026, requiring a minimum wage of $17.75 per hour in 2025. For contracts awarded between 2015 and January 29, 2022, Executive Order 13658 applies, setting the wage at $13.30 per hour. The document lists various occupations with corresponding wage rates, including benefits such as health, vacation, and holiday allowances, emphasizing the compliance requirements for contractors regarding wage and fringe benefits. Key components include provisions for sick leave under Executive Order 13706, outlining eligibility and accrual of paid sick leave for employees. It details the conformance process for any unlisted job titles when contractors seek to classify jobs not included within the wage determination. The information communicates essential wage compliance responsibilities for federal contracts, outlining rates, benefits, and the associated regulatory framework to ensure fair compensation for workers. This ensures federal contracting entities are equipped with potential costs and obligations under current labor regulations, maintaining standards for employee treatment and wage provisions.
    The KS104 Grounds Maintenance Services Price Schedule outlines the pricing structure for a contract regarding grounds maintenance, detailing costs over a base period and four option periods. Each contract line item (CLIN) includes quantities and services required, such as Type I and III mowing, Weed & Feed, and semi-annual clean-ups. The document specifies a base period followed by four option periods, allowing for renewal or extension of services. Notably, the pricing cells are indicated to only be filled in certain areas, with specific directions for monetary calculations. This file is indicative of the government's structured approach to procurement, ensuring clarity in budgeting and service expectations for potential contractors responding to the Request for Proposals (RFP). The outlined services suggest a focus on maintaining aesthetics and functionality of government properties, reflecting priorities in public grounds management.
    The On Site Service Ticket for Grounds Maintenance outlines procedures for documenting lawn maintenance services performed by contracted vendors. It specifies various types of services, including mowing, edging, trimming, and chemical applications, with options for detailed comments and compliance reports related to herbicides and fertilizers. Acknowledgment of service is ensured by capturing vendor employee details and designated representatives for check-in and check-out processes. Importantly, the ticket serves primarily for service documentation purposes and does not represent verification of service quality or completion, allowing the government the right to inspect work at its discretion. This document is integral to ensuring compliance with contractual obligations in federal, state, and local grounds maintenance RFPs and grants.
    The document outlines a federal request for proposals (RFP) aimed at enhancing community health programs through targeted grants. It emphasizes the need for innovative, evidence-based proposals that focus on obesity prevention, nutrition education, and physical activity promotion. Key objectives include increasing access to healthy food options and improving community engagement in wellness initiatives. The RFP details eligibility criteria for applicants, funding limits, and the application timeline, highlighting the importance of partnerships between local agencies and health organizations. Proposals must demonstrate measurable outcomes and sustainability plans to ensure long-term impact. Additionally, the RFP encourages the use of culturally relevant strategies to reach diverse populations, supporting the overarching goal of reducing health disparities. Overall, this initiative seeks to foster healthier communities by investing in preventive health measures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grounds Maintenance Services for KS065 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Pittsburg, Kansas. The procurement encompasses a range of services including lawn mowing, aeration, fertilization, weed control, and seasonal cleanups, structured under a non-personal services contract with a base period and four optional renewal years. This contract is vital for maintaining the aesthetic and functional quality of military facilities, ensuring compliance with federal standards and effective service delivery. Interested small businesses are encouraged to submit their bids by filling out the pricing schedule and adhering to the specified requirements, with a total estimated contract value of $9,500,000 and a performance period commencing on April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance Services at MI043 (Multi-Site)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Michigan under the solicitation W911SA25QA076. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, and seasonal cleanups, with a focus on maintaining a clean and professional appearance across the sites. This procurement is crucial for ensuring the upkeep of military installations, which supports operational readiness and enhances the overall environment. The total award amount for this contract is estimated at $9,500,000, with offers due by 10:00 AM on February 21, 2025. Interested parties can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further inquiries.
    Grounds Maintenance Services for IA058 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Waterloo, Iowa. The contract, identified as W911SA25QA056, requires the contractor to provide all necessary personnel, equipment, and supplies to maintain the facilities' lawns, trees, and shrubs, ensuring a clean and professional appearance throughout the active service months from April to October, with additional clean-up tasks allowed before and after these periods. This procurement is crucial for maintaining the aesthetic and functional quality of government properties, reflecting the federal commitment to effective landscape management. Interested small businesses are encouraged to submit their quotes, with a total estimated contract value of $9,500,000 and a performance period starting April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance for ND001 (Bismarck, ND)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide comprehensive grounds maintenance services at ND001 located at 3319 University Dr., Bismarck, ND. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. This contract is crucial for maintaining the aesthetics and functionality of the grounds, with a performance period starting from April 1, 2025, to March 31, 2026, and includes four optional twelve-month extensions and a six-month option to extend services. Interested small businesses should contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or Francisco Arocho at francisco.j.arocho.mil@army.mil for further details.
    Grounds Maintenance OH105 Multiple Sites (MS) (OH004, OH044, OH048, OH051, OH094)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple sites in Ohio, designated as the OH105 Multiple Sites. The procurement encompasses a range of services including monthly maintenance, seasonal clean-ups, and pest management, with a focus on maintaining a professional appearance of the grounds while adhering to safety and regulatory standards. This contract, valued at approximately $9.5 million, is set to commence on April 1, 2025, and will run for one base year with four optional renewal years. Interested vendors can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must ensure compliance with all outlined deliverables and performance requirements as specified in the solicitation documents.
    W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Ground Maintenance Services at the Army Reserve Facility ID017 located in Hayden, Idaho. The contractor will be responsible for providing all necessary labor, transportation, equipment, materials, and supervision to perform monthly grounds maintenance services, adhering to the Performance Work Statement (PWS) and all applicable laws and regulations. This contract, which is set aside for small businesses, spans an active performance period of eight months from May through November, with specific tasks including mowing, trimming, and seasonal clean-up activities. Interested contractors can reach out to Crystal Johnson at crystal.j.johnson27.civ@army.mil or Shannon Baker at shannon.a.baker2.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.
    Grounds Maintenance Services at MN076 (Multi-site) Fort Snelling, MN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Fort Snelling, Minnesota, under the solicitation number W911SA25QA007. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-ups, with a total estimated award amount of $9.5 million and a contract duration starting from February 1, 2025, to January 31, 2026, with four optional renewal periods. This procurement is particularly significant as it supports the maintenance of military facilities, ensuring they remain safe and aesthetically pleasing, while also promoting participation from small businesses, including those owned by women. Interested contractors must submit their proposals by January 23, 2025, and can direct inquiries to Kirstin Dutzle at kirstin.l.dutzle.civ@army.mil.
    Grounds Maintenance Services for MI005, Bay City, MI
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the Army Reserve facility MI005 located in Bay City, Michigan. The procurement includes a range of services such as mowing, aeration, fertilization, and seasonal clean-up, with a contract period consisting of a base year and four optional annual renewals, emphasizing the importance of maintaining military facilities to specified standards. Interested small businesses are encouraged to participate in this total small business set-aside opportunity, with proposals due by February 24, 2025, at 10:00 AM. For further inquiries, potential bidders can contact Kayla Christian at kayla.j.christian.civ@army.mil.
    PCMC Service Contract at El Dorado Lake, Kansas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified small businesses to provide a range of facilities support services under the PCMC Service Contract at El Dorado Lake, Kansas. The contract will encompass mowing, janitorial services, herbicide applications, and snow/ice removal, with the solicitation set to be issued as a 100% Small Business set-aside. This procurement is crucial for maintaining the operational integrity and cleanliness of the facilities at El Dorado Lake, ensuring a safe and pleasant environment for visitors and staff. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation anticipated to be issued around February 17, 2025, and closing on or about March 10, 2025. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Grounds Maintenance Services for fiscal year 2025. The contractor will be responsible for maintaining improved, semi-improved, and unimproved grounds, ensuring a clean and professional appearance while promoting healthy vegetation through services such as mowing, trimming, irrigation management, and pest control. This contract is crucial for maintaining the operational readiness and aesthetic standards of the base, with a performance objective of achieving a 95% maintenance standard for improved areas. Interested vendors must submit proposals by the anticipated solicitation date of January 31, 2025, with the award expected on April 1, 2025. For further inquiries, contact SSgt Merrick Ferguson at 325-654-5310 or SSgt James Molden at 325-654-5173.