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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Quarters 1 - Southwest Patio Repair
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking contractors for the "Quarters 1 - Southwest Patio Repair" project at the Rock Island Arsenal in Illinois. The project involves the reconstruction of the southwest patio of Building 301, which includes replacing a deteriorated patio slab, stairs, and railings, as well as adding a handicap-accessible ramp to comply with the Architectural Barriers Act. This initiative is crucial for addressing structural concerns caused by water infiltration and ensuring the longevity and usability of this historically significant structure. Interested parties must submit their capability statements to Mark Wells at mark.f.wells4.civ@army.mil by 10:00 am Central Standard Time on May 15, 2025, with the work expected to commence within 30 days of the Notice to Proceed and completed within 120 working days.
    USACE Forest Services MATOC
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The procurement aims to assist USACE with various forestry tasks, including planting, herbicide application, and invasive species management, to enhance ecological conditions and promote sustainable land use practices. This initiative is critical for effective natural resource management and aligns with broader governmental goals of environmental preservation. Interested parties must submit their proposals by May 26, 2025, with a maximum contract value of $9.5 million over a five-year performance period. For further inquiries, contact Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
    Repair Beck Avenue – Sylvan Drive to Building 212 East Entrance
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting proposals for the repair of Beck Avenue at the Rock Island Arsenal in Illinois. The project involves realigning, grading, and repaving the roadway, as well as demolishing and replacing existing storm and sanitary sewer systems along the specified corridor. This initiative is part of the Army's commitment to infrastructure improvement and is designated as a 100% Small Business Set Aside, with a project budget ranging from $1,000,000 to $5,000,000 and a completion timeline of 160 working days from the issuance of the Notice to Proceed. Interested contractors should contact Meghan Overton at meghan.a.overton.civ@army.mil or Kathy Ward at kathleen.m.ward20.civ@army.mil for further details, and are encouraged to attend a site visit scheduled for May 14, 2025, at 9:00 AM CST.
    LOCK and DAM HERBICIDE AND PESTICIDE APLICATION
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Chicago District, is seeking qualified vendors to provide herbicide and pesticide application services for three facilities: the Chicago Harbor Lock, T.J. O’Brien Lock, and Lockport Lock. The contract requires the selected contractor to deliver comprehensive pest control and herbicide services, including monthly applications and compliance with federal, state, and local regulations, particularly regarding environmental safety and veteran employment. This initiative not only aims to maintain operational efficiency and safety at the facilities but also emphasizes the importance of responsible environmental management. Interested vendors must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) system to submit their quotes electronically by May 2025, with an estimated total award amount of $9,500,000 for the fiscal year 2025. For inquiries, contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil or 312-846-5370.
    Chief Joseph Dam Grounds Maintenance - Mowing, Edging, trimming, pruning, trash removal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking a contractor to provide grounds maintenance services at Chief Joseph Dam and Rufus Woods Lake in Washington. The contract includes essential tasks such as mowing, edging, trimming, and trash removal, requiring the contractor to supply all necessary personnel, equipment, and materials to ensure high-quality service. This procurement not only aims to maintain the aesthetic and functional quality of the grounds but also supports opportunities for Women-Owned Small Businesses (WOSB) in federal contracting, with a total budget of approximately $9.5 million over a base period and four optional periods. Interested contractors should contact Xuejiao Sun at xuejiao.sun@usace.army.mil or Scott Britt at scotty.w.britt@usace.army.mil for further details, and note that a site visit is scheduled for May 14th at 10:00 AM to familiarize bidders with the project location.
    Tree Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide tree removal services at Fort Jackson, South Carolina. The contractor will be responsible for all aspects of tree cutting, trimming, and removal, including managing personnel, equipment, and materials, with a contract duration of one base year and four optional one-year extensions. This service is critical for addressing hazardous or damaged trees, particularly following adverse weather events, and requires adherence to strict safety and operational standards. Interested small businesses must submit their capabilities and relevant experience by May 16, 2025, at 10:00 a.m. EST, and can contact Tesia Polk at tesia.l.polk.civ@army.mil or 803-751-7705 for further information.
    On Post Grass Cutting Services at West Point, NY
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide On Post Grass Cutting Services at the United States Military Academy in West Point, New York. The contractor will be responsible for maintaining the grounds within a 2,500-acre area, which includes tasks such as mowing, edging, trimming, and debris removal to ensure a professional appearance and compliance with federal, state, and local standards. This opportunity is crucial for supporting the installation's mission and enhancing the well-being of its occupants and visitors. Interested firms must respond to the Sources Sought Notice by May 16, 2025, at 0900 hrs ET, providing necessary information to Dayanna Wallace at dayanna.wallace.civ@army.mil to facilitate the potential set-aside for small businesses.
    Garrison Project Recreation Mowing
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a fixed-price contract to provide grounds maintenance services across approximately 55 acres at various recreational areas, including the Downstream Campground and Wolf Creek Recreation Area in Riverdale, North Dakota. The contract encompasses essential services such as mowing, trimming, tilling, and vegetation management, emphasizing a performance-based approach without direct government oversight of contractor methods. This initiative aims to ensure the upkeep and safety of public recreational spaces, enhancing visitor experiences while promoting participation from small and women-owned businesses. The total contract value is estimated at $9,500,000, with a performance period from May 20, 2025, to April 30, 2026, and options for multiple subsequent years. Interested vendors can contact Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil for further details.
    Arm Assembly - Lift B
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the procurement of an Arm Assembly - Lift B, designated under solicitation number W519TC25Q2234. This opportunity is now open to all businesses, as the initial Small Business Set Aside designation has been amended to an unrestricted solicitation, with the intent to award a firm-fixed price contract to the lowest responsive and responsible bidder. The Arm Assembly is critical for operations at the Rock Island Arsenal, and contractors must adhere to strict delivery schedules, quality assurance requirements, and compliance with safety and security regulations. Proposals are due by 6 PM CST on May 16, 2025, and interested parties should direct all communications to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
    Sandy Lake Mowing
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for mowing and trimming services at the Sandy Lake Recreation Area in McGregor, Minnesota. The contract requires the contractor to furnish all necessary labor, equipment, materials, and supplies to maintain the park's grass from June 1 to September 19, 2025, while adhering to specific safety measures and operational guidelines. This procurement is crucial for maintaining public recreation areas, ensuring visitor safety, and compliance with federal labor standards, including wage determinations for contractors. Interested parties must submit their bids by 3:00 PM on May 19, 2025, and may contact Roberta L. Just at roberta.l.just@usace.army.mil or Sharon Frank-Scheierl at sharon.m.frank-scheierl@usace.army.mil for further information.