SOLICITATION: Rock Island Arsenal Clock Tower Grounds Maintenance Service (Mowing and Trimming)
ID: W912EK25RA014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for grounds maintenance services at the Clock Tower Complex located on Rock Island Arsenal in Illinois. The procurement involves mowing approximately 2.64 acres, edging 4,300 linear feet, and debris removal to maintain a professional appearance, with a focus on compliance with safety and insurance requirements. This opportunity is a Total Small Business Set-Aside, employing a Lowest Price Technically Acceptable (LPTA) evaluation approach, and is crucial for ensuring the upkeep of military infrastructure. Interested contractors must submit their proposals, including evidence of relevant experience and past performance, by the specified deadlines, with inquiries directed to the primary contact, Jake Anderson, at jake.t.anderson@usace.army.mil or by phone at 309-794-6131.

Files
Title
Posted
The Performance Work Statement (PWS) outlines the requirements for Grounds Maintenance Services at the Clock Tower Complex on the Rock Island Arsenal, Illinois. The contractor must provide all necessary personnel, equipment, and services to ensure the grounds are well-maintained, including mowing grass between 3 to 4 inches, edging sidewalks and curbs, trimming around obstacles, and debris removal. Specific obligations include addressing damage caused by maintenance activities and adhering to safety protocols. The contractor must also maintain a neat appearance of the personnel, comply with anti-terrorism training, and meet insurance requirements. The PWS emphasizes quality assurance through evaluations based on performance standards and customer feedback, with a monitoring plan describing methods for assessing contractor compliance. Performance metrics are outlined in detail, establishing expectations for timely and accurate service execution. Furthermore, consequences for failing to meet standards include reports for discrepancies, requiring corrective action. A post-award conference will be held to discuss contract specifics before service initiation. The document reflects the government’s commitment to ensuring effective and compliant grounds maintenance through structured oversight and clear guidelines for contractors.
Apr 4, 2025, 4:10 PM UTC
The document outlines a project related to the edging areas of the Clock Tower Complex, specifically detailing construction work on Omni and Rock Island Avenue, and Fort Armstrong Avenue. It indicates that approximately 3,800 lineal feet of total edging area will be part of the project, emphasizing its scope and specifications. While the document is somewhat fragmented, it appears to be part of a Request for Proposals (RFP) or a similar governmental procurement process, aimed at securing services or funding for the landscaping or construction work involved. The information implies a focus on compliance with local regulations and an intent to improve or maintain the area's infrastructure. Overall, this document serves as a preliminary outline for potential bidders or contractors in the context of federal, state, and local RFPs or grants.
Apr 4, 2025, 4:10 PM UTC
The document pertains to a project managed by the U.S. Army Corps of Engineers, specifically the Rock Island District, focused on reconfiguring the entrance to the Davenport Gate at the Rock Island Arsenal. The plan details a mowing area of approximately 106,995 square feet, equating to 2.45 acres, which will be included in the project specifications. The file contains design notes and a reference sheet linked to the project's solicitation number (PR 2002-1505) and other administrative details, with schematics outlining the geographic area involved. This project reflects the government’s commitment to maintaining and enhancing infrastructure, emphasizing landscaping and entrance improvement, likely aimed at aesthetic enhancement and improved access at a significant military site. The document demonstrates the systematic approach to project design and management typical within government RFPs, offering insights into federal standards and procedures.
Apr 4, 2025, 4:10 PM UTC
The document outlines specifications for lawn maintenance services at the East Annex Building, encompassing an area of approximately 11,000 square feet (0.30 acres) designated for mowing and 550 lineal feet for edging. This succinct description serves as part of a federal or local request for proposals (RFP), targeting potential contractors capable of fulfilling these landscaping requirements. The specified mowing area and edging lines provide clear parameters for bidders to consider when preparing their proposals. By delineating the scope of work, the document aims to ensure clarity and precision in delivering landscaping services. Such details are essential in the context of government contracts, ensuring that bids accurately reflect both the size and nature of the required services.
Apr 4, 2025, 4:10 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the evaluation framework for contractor performance under a Performance Based Service Contract (PBSC). It emphasizes the contractor's responsibility to provide necessary resources and services ensuring compliance with the Scope of Work (SOW), including accurate transaction processing and maintaining safety standards. The plan includes critical performance metrics, namely adherence to scheduled timelines, service quality, and the contractor’s past performance, as assessed under federal regulations. Surveillance methods will involve random and scheduled monitoring, contractor self-reporting, and customer feedback to ensure compliance. The contractor must report significant issues and maintain a log of any customer complaints, which are to be documented and addressed promptly. Overall, the QASP serves as a structured approach to monitor and measure the quality of services provided by the contractor, ensuring accountability and satisfaction in government contracts, which is pivotal for maintaining standards in federal, state, and local government procurements. This systematic approach is crucial for achieving successful contract outcomes and reinforcing the government's commitment to effective service delivery.
Apr 4, 2025, 4:10 PM UTC
This document outlines the performance-based matrix for evaluating contractor services as specified in a Statement of Work (SOW). It details performance elements, requirements, and monitoring methods to ensure contract compliance and quality. Key areas of evaluation include the timely and accurate provision of services, contractor self-reporting, customer feedback, and invoicing accuracy. A successful rating, defined as achieving at least 95% acceptable service performance, is necessary for satisfactory contract performance reports by the Contracting Officer's Representative (COR). Disincentives for non-compliance are outlined, with the issuance of a Contract Discrepancy Report (CDR) for deficiencies, requiring the contractor to respond within five days with corrective measures. The document emphasizes the government's right to demand corrections at no additional cost if the contractor's work fails to meet standards. This performance framework is essential for maintaining accountability and ensuring quality service delivery in federally funded programs and projects, reflecting best practices in contract management.
Apr 4, 2025, 4:10 PM UTC
This document outlines requirements for prime contractors bidding on a grounds maintenance project for the Clock Tower Complex. It emphasizes the need for contractors to provide evidence of their qualifications, specifically by submitting one commercial contract that shows at least five years of relevant experience in grounds maintenance of comparable scale and scope. Additionally, contractors must submit current references for this contract. Moreover, contractors must ensure that a facility is located within 60 miles of the project site and provide a list of personnel intended to work on the contract, along with details about the equipment available for fulfilling the contract's needs. This includes the type and quantity of equipment to demonstrate the contractor's capacity to execute work on-site. The document is structured to guide contractors in what information to provide, particularly indicating areas that require completion (highlighted in yellow). It aligns with standard practices for government Requests for Proposals (RFPs) to ensure compliance and the selection of qualified vendors for public works projects.
The document provides an update on the solicitation W912EK25RA014, indicating that questions regarding the proposal must be submitted by April 7, 2025. It confirms that there is an incumbent contract related to this project, specifically contract number W912EK20C0039, valued at $36,257 for the base period and four options. This solicitation is accessible via SAM.gov as an inactive contracting opportunity. The overall context of the document is related to governmental Requests for Proposals (RFPs), where organizations seek information from bidders to clarify project requirements and conditions, in preparation for awarding contracts for services within federal, state, or local jurisdictions. The involvement of an incumbent suggests that existing services are being continued or expanded upon, rather than initiating a new project entirely.
The solicitation W912EK25RA014 is for grounds maintenance services, specifically a mowing contract with a base year and four optional renewal years. The incumbent contract number was W912EK20C0039, valued at $36,257. Questions from potential bidders were addressed by the contracting officer, focusing on requirements like the submission of contract references (one is sufficient), the company’s billing structure (fixed monthly invoices are encouraged), and the explicit exclusion of snow removal from this contract. The mowing schedule is structured, but specific timing flexibility is to be discussed post-award with the contractor selected. Interested parties are directed to submit proposals per the guidelines in the provided documentation, and anticipate final scheduling discussions once a contract is awarded. This document serves as a crucial communication tool in the RFP process, ensuring potential bidders understand requirements and expectations for submitting proposals related to grounds maintenance.
The U.S. Army Corps of Engineers is soliciting quotes for grounds maintenance services at the Clock Tower Complex on Rock Island Arsenal, with the solicitation number W912EK25RA014. This Request for Quotation (RFQ) is a 100% Small Business Set Aside that employs a Lowest Price Technically Acceptable (LPTA) procurement approach. Offerors must submit a completed Standard Form 1449 and provide evidence of required experience and past performance in grounds maintenance. Evaluation will consider three factors: Experience, Past Performance, and Price, with Experience and Past Performance equally important. Key responsibilities for the contractor include mowing approximately 2.64 acres, edging 4,300 linear feet, and debris removal to present a professional appearance. The contractor must comply with specific safety and insurance requirements and provide proof of personnel eligibility. A pre-bid site visit is scheduled, and technical inquiries should be directed to the Contract Specialist listed. The awarded contract will be closely monitored for compliance, with payments processed through the Wide Area Workflow system. This acquisition aims to enhance maintenance quality while ensuring compliance with federal regulations.
Apr 4, 2025, 4:10 PM UTC
The document appears to be a scrambled or corrupted text that includes various sequential characters and does not convey coherent or meaningful information regarding government RFPs (Requests for Proposals), federal grants, or state/local RFPs. Due to the lack of discernible content and structure, it cannot provide specific topics, key ideas, or any supporting details relevant to its stated purpose. In governmental contexts, RFPs and grants typically serve to solicit proposals from potential vendors or organizations to provide services or funding for projects aligned with public objectives. They often include eligibility criteria, application guidelines, and evaluation metrics essential for ensuring fair competition and compliance with regulations. However, the content of this document does not reflect or support those themes. Thus, a summary of the document would indicate that it does not contain substantive information relevant to its intended context and is likely corrupted.
Similar Opportunities
Various Cranes at Rock Island Arsenal
Buyer not available
The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement and installation of various cranes at the Rock Island Arsenal Joint Manufacturing Technology Center in Illinois. The project specifically requires contractors to provide new Free-Standing, Top Running Single Girder Bridge Cranes, adhering to strict design and safety standards, including a lifting capacity of 4,000 lbs and compliance with industry regulations. This procurement is crucial for enhancing operational efficiency and safety within federal facilities, reflecting the government's commitment to maintaining high operational standards. Interested contractors must attend a mandatory site visit on April 2, 2025, at 10:00 AM Central Time, and can direct inquiries to John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT and Sandisfield, MA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide Grounds Maintenance Services at Colebrook River Lake in Colebrook, CT, and Sandisfield, MA. The contractor will be responsible for mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, conducting spring and fall clean-up on 2.5 acres, and clearing drainage swales and catch basins in accordance with the Performance Work Statement. This procurement is crucial for maintaining the aesthetic and functional quality of the grounds, ensuring they meet the standards set by the Army Corps of Engineers. The solicitation is set to be released on or about April 9, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
Tractor, Ground Maintenance Equipment
Buyer not available
The U.S. Army Corps of Engineers, Memphis District, is seeking quotes for the procurement of tractor and grounds maintenance equipment under solicitation number W912EQ25Q0035. This total small business set-aside opportunity is aimed at acquiring supplies and services essential for maintaining grounds, with a focus on equipment classified under NAICS code 333112, which pertains to lawn and garden tractor manufacturing. Interested vendors must submit their quotations via email to Rochelle Ross by April 16, 2025, at 10:00 AM CST, ensuring timely receipt as specified in the solicitation. For inquiries, potential bidders can contact Ms. Ross at rochelle.ross@usace.army.mil or by phone at 901-544-3619.
Sources Sought for Construction of Substation A at Rock Island Arsenal, IL
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking small business contractors for the construction of Substation A at Rock Island Arsenal, Illinois. This project involves the Design-Bid-Build (DBB) construction of a new primary 13.8kV substation, which will replace the existing Switching Station A, and includes the installation of a larger building capable of accommodating 27 breakers to meet current and future electrical needs. The estimated contract duration is 647 calendar days, with a funding range between $10 million and $25 million, and interested small businesses must submit their responses by April 8, 2025, to Jacob Pridemore at jacob.s.pridemore@usace.army.mil.
MISSISSIPPI RIVER BASIN, ROCK ISLAND ARSENAL, ROCK ISLAND, ILLINOIS, NORTH ANNEX EMERGENCY OPERATIONS CENTER AND DISTRICT CONFERENCE ROOMS
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the renovation of the North Annex Emergency Operations Center and District Conference Rooms located at Rock Island Arsenal in Illinois. The project encompasses a comprehensive scope of work, including demolition, structural and architectural updates, plumbing, HVAC, electrical installations, and site work, all while adhering to federal safety and environmental regulations. This renovation is crucial for enhancing the operational capabilities of emergency response facilities, reflecting the government's commitment to infrastructure improvement. The estimated project cost ranges from $5 million to $10 million, with a completion timeline of 365 days post-award. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their bids electronically by April 30, 2025, and can direct inquiries to Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
Grounds Maintenance Services, Conant Brook Dam, Monson, MA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for grounds maintenance services at the Conant Brook Dam in Monson, Massachusetts. The contract requires vendors to provide all necessary equipment, materials, labor, and transportation for biweekly mowing, annual field mowing, and side arm rotary mowing across approximately 14.8 acres of maintained areas. This procurement is crucial for ensuring the upkeep and safety of the dam's surroundings, which supports environmental stewardship and public accessibility. Interested small business vendors must submit their quotes by April 11, 2025, and ensure they have an active registration in SAM.gov to be considered for the contract, which has a base duration of three years with options for two additional years.
Intrusion Detection System (IDS) & Electronic Security Systems (ESS) Maintenance and Services
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking qualified small businesses to provide maintenance and services for Intrusion Detection Systems (IDS) and Electronic Security Systems (ESS) at the Rock Island Arsenal in Illinois. The procurement involves a Firm Fixed Price contract for a three-year period, starting May 1, 2025, with the possibility of two one-year extensions, focusing on both preventive and corrective maintenance for various security systems across the facility. This contract is critical for ensuring the operational integrity and security of government installations, requiring contractors to demonstrate expertise in managing Integrated Commercial IDS and ESS sensors. Interested parties must submit their quotes by April 8, 2025, and can contact Angel Traman at angel.j.traman.civ@army.mil or 520-693-0515 for further information.
Landscaping
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified contractors for a landscaping project at several buildings, including 38, 3173, and 3330, located in Crane, Indiana. The contractor will be responsible for installing landscaping materials such as weed barriers, river rock, and plants, while adhering to federal and military standards, with a focus on safety and environmental compliance. This project aims to enhance the grounds of NSWC Crane, ensuring a well-maintained and aesthetically pleasing environment. Interested vendors must submit their offers via email to jenae.l.burkhart.civ@us.navy.mil by the closing date of April 9, 2025, at 12:00 PM Eastern Time, as this opportunity is set aside for small businesses under FAR 19.5.
Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
Buyer not available
The U.S. Army Corps of Engineers - New England District is seeking qualified vendors to provide grounds maintenance services for North Springfield Lake and the Upper Connecticut River Basin in Vermont. The procurement requires vendors to supply all necessary equipment, materials, labor, and transportation, with a total award amount of $9,500,000, emphasizing adherence to safety and environmental regulations throughout the project. This contract is crucial for maintaining the aesthetic and ecological integrity of the designated areas, ensuring compliance with quality control and safety standards. Interested parties must submit their proposals by April 21, 2025, at 2:00 PM Eastern time, and can contact Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255 for further information.
Grounds Maintenance Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking a contractor to provide Grounds Maintenance Services for the Washington Aqueduct Division in Washington, D.C. The procurement aims to maintain approximately 129 acres of grounds at the Dalecarlia and McMillan Water Treatment Plants, ensuring safe and reliable drinking water for over one million residents in the area. This contract is particularly significant as it supports the operation of essential water treatment facilities, and the services required will include all labor, supervision, tools, materials, and management necessary for effective grounds maintenance. The solicitation is expected to be available on or about April 25, 2025, and interested parties can access it electronically at no charge through the Procurement Integrated Enterprise Environment (PIEE) and SAM.gov. For further inquiries, potential bidders may contact Monique Euter at monique.l.jones@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil.