SPECIAL PRE-SOLICITATION NOTICE: Rock Island Arsenal Clock Tower Grounds Maintenance Service (Mowing and Trimming)
ID: W912EK25RA014Type: Presolicitation
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.

    Point(s) of Contact
    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
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Mowing Services for Fort Supply Lake, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing services for Fort Supply Lake in Oklahoma. The procurement aims to maintain the landscaping and groundskeeping of the area, ensuring a well-kept environment for recreational and operational purposes. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073 for further details regarding the solicitation process.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Tree Maintenance Services in Central and West, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree maintenance services in Central and West Texas. The contractor will be responsible for a range of services including tree removal, trimming, stump grinding, and boundary fence line clearing at various lakes including Aquilla, Hord's Creek, Navarro Mills, O.C. Fisher, Proctor, Waco, and Whitney Lakes. These services are crucial for maintaining the health and safety of the landscapes surrounding these recreational areas. Interested small businesses are encouraged to contact Allen Holmes at allen.l.holmes@usace.army.mil or by phone at 817-886-1035 for further details regarding the solicitation, which is set aside for total small business participation.
    CY26 Cemetery Maintenance at IAAAP and MLAAP
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is seeking to procure cemetery maintenance services for Calendar Year 2026 at the Iowa Army Ammunition Plant (IAAAP) and Milan Army Ammunition Plant (MLAAP). This procurement aims to support the maintenance of the VANC Cemetery, with the expectation that the contract will be awarded to American Ordnance LLC, the current Operating Contractor at these facilities. The contract will be executed as a task order under an existing Basic Ordering Agreement (BOA) valid through Calendar Year 2033, and it is important to note that this notice serves only for informational purposes and does not constitute a Request for Proposal (RFP). Interested parties may direct inquiries to Cody R. Melton at cody.r.melton.civ@army.mil, as telephone inquiries will not be accepted.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Grounds Maintenance Services Gerry NY
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-New Jersey, is seeking qualified contractors to provide grounds maintenance services at the Gerry USARC facility located in Gerry, New York. The procurement involves a non-personal services contract that requires the contractor to supply all necessary personnel, equipment, and materials to perform tasks such as mowing, edging, trimming, and lot clearing, ensuring the facility maintains a clean and professional appearance. This opportunity is crucial for supporting the 99th Readiness Division and maintaining the overall health of the facility's landscape. Interested small businesses must respond to this Sources Sought notice by January 6, 2026, at 11 AM EST, submitting their information via email to the designated contacts, Alyssa Hampton and Edward Sherwood.
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.