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
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Mar 20, 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.

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.
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
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.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking qualified contractors to provide grounds maintenance services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order for comprehensive landscaping services, as detailed in the attached Performance Work Statement (PWS) and Site Map. These services are crucial for maintaining the aesthetic and functional quality of the military installation's outdoor spaces. Interested small businesses must note that this opportunity is a Total Small Business Set-Aside, with a requirement response date specified in the solicitation, and an estimated contract start date of approximately June 25, 2025. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
WAREHOUSE DEEP CLEANING SERVICE FOR ROCK ISLAND ARSENAL, IL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking a contractor to provide deep cleaning services at two locations within the Rock Island Arsenal, Illinois. The contractor will be responsible for delivering all necessary personnel, equipment, cleaning supplies, and supervision to perform the specified cleaning services, as outlined in the Performance Work Statement (PWS), with no personal services included in the contract. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, ensuring a safe and hygienic environment. Interested small businesses are encouraged to reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details, as this opportunity is set aside for total small business participation.
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 updates, plumbing, HVAC, electrical installations, and site work, with an estimated budget ranging from $5 million to $10 million and a completion timeline of 365 days post-award. This renovation is crucial for enhancing the operational capabilities of emergency response facilities, ensuring compliance with federal safety and environmental regulations. 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 primary contact Joe Porter at joseph.e.porter@usace.army.mil or secondary contact 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, specifically the Department of the Army, is preparing to solicit bids for the repair of Beck Avenue from Sylvan Drive to the east entrance of Building 212 in Rock Island, Illinois. The project involves grading and paving the roadway, as well as the removal and installation of new storm and sanitary sewer systems, with a focus on enhancing the infrastructure to meet current standards. This construction project is significant for maintaining operational efficiency and safety within the military facility, with an estimated contract value between $1,000,000 and $5,000,000. Interested contractors should note that performance and payment bonds are required, and they can reach out to Meghan Overton at meghan.a.overton.civ@army.mil or Kathy Ward at kathleen.m.ward20.civ@army.mil for further details.
70Z03025QCLEV0073 Sector Lake Michigan Lawncare Services
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide lawn care services for Sector Lake Michigan, located in Milwaukee, Wisconsin. The contract encompasses a base year and four option years, requiring the contractor to manage approximately 5 acres of land, performing tasks such as mowing, edging, trimming, and maintaining planting beds with seasonal flowers while adhering to environmental stewardship practices. The total estimated procurement range for this project is between $25,000 and $100,000, with proposals due to be submitted on business letterhead, including detailed pricing and compliance with federal regulations. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to SKC Jordan Drew at jordan.g.drew@uscg.mil, with a site visit scheduled for May 5, 2025, at 10:00 AM Central Time.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
Grounds Maintenance Services - Binghamton, NY127
Buyer not available
The Department of Defense, specifically the United States Army Contracting Command (ACC) - New Jersey, is seeking qualified contractors to provide Grounds Maintenance Services at the Binghamton United States Army Reserve Command (USARC) located in Nichols, NY. The procurement aims to ensure the professional upkeep of the grounds, which includes responsibilities such as mowing, trimming, seasonal cleanups, and adherence to environmental protection standards, all while minimizing disruption to government operations. This contract is structured as a non-personal services agreement for one base year with four option periods, requiring contractors to maintain operations during defined hours from Monday to Friday. Interested vendors should refer to the attached Solicitation (W15QKN-25-Q-A123), Performance Work Statement (PWS), and the accompanying map for detailed requirements, and may contact James Clark at james.e.clark773.civ@army.mil or Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil for further inquiries.
Rivers Project Office Boundary Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking qualified small businesses for the Rivers Project Office Boundary Maintenance contract. This project entails the maintenance of the USACE boundary line along specified sections of the Mississippi River and the Lower Illinois River, covering a total distance of approximately 50.05 miles, and includes the replacement of missing and damaged monuments by a certified surveyor for up to 108 surveyor hours. The services required fall under the NAICS code 541370, focusing on surveying and mapping services, which are crucial for maintaining accurate boundary lines and ensuring compliance with conservation regulations. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or 314-331-8506, or Angie Grimes at angie.l.grimes@usace.army.mil or 314-331-8965 for further details regarding this total small business set-aside opportunity.
MA048 - Grounds Maintenance Service
Buyer not available
The Department of Defense, through the Army Contracting Command - New Jersey, is seeking qualified contractors to provide Grounds Maintenance Services at the MA048 MG Harry J Malony USARC located in Devens, MA. The primary objective of this procurement is to ensure the maintenance of healthy grass, trees, shrubs, and plants, while presenting a clean and professional appearance in accordance with the Performance Work Statement. These services are vital for maintaining the aesthetic and functional quality of military facilities, contributing to the overall readiness and morale of personnel. Interested small businesses are encouraged to reach out to Ryan Nicklous at ryan.p.nicklous.civ@army.mil or 520-687-5618, or Sharon Wilson-Emmons at sharon.wilson-emmons.civ@army.mil or 609-562-6405 for further details regarding this total small business set-aside opportunity.