W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
ID: W911SA25QA033Type: 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 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 is crucial for maintaining the professional appearance of federal properties and ensuring compliance with federal standards, with an active performance period spanning eight months from May through November each year. Interested small businesses must submit their proposals to the primary contact, Crystal Johnson, at crystal.j.johnson27.civ@army.mil, with the solicitation details available for review.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance at the Army Reserve facility in Hayden, ID. The Contractor is responsible for all personnel, labor, and materials necessary to maintain a professional appearance of the facility's lawns, trees, and shrubs. The contract covers one base year with four one-year options, focusing on specific maintenance tasks such as mowing, trimming, aeration, and fall/spring cleanup. Quality control is primarily the contractor's responsibility, with a structured system for addressing non-conformance issues ranging from minor deficiencies to significant performance failures. The document outlines the expected service standards, operational procedures, and reporting requirements, emphasizing the need for a stable workforce and compliance with antiterrorism training for contractor personnel. Additionally, it specifies the responsibilities of the Contracting Officer Representative (COR) in monitoring and assessing contractor performance while ensuring adherence to safety and security measures. The overall goal is to maintain high-quality grounds that reflect the professionalism of the Army Reserve while ensuring efficient and environmentally responsible practices are adopted by the contractor.
    The document outlines the requirements for conducting Antiterrorism (AT) and Operations Security (OPSEC) reviews for a specific contract package related to Army operations. It specifies that all requirement packages, excluding certain supply contracts, must include a signed cover sheet documenting these reviews. The document establishes the roles of the organizational antiterrorism officer (ATO) and OPSEC officer in reviewing requirements before contract submission. Additionally, it details mandatory training and compliance measures, including various levels of security awareness training, access policies for contractor personnel, and guidelines for handling classified information. The contract also mandates the development of an OPSEC plan and adherence to specific defense acquisition requirements. This comprehensive review process aims to ensure that contractors fulfill necessary security standards, safeguarding Army installations and personnel against potential threats.
    The document outlines performance standards and requirements for a contractor involved in grounds maintenance services for government facilities. Key objectives include providing identification badges for all employees, adhering to specific herbicides use only with prior approval, and consistently submitting service tickets detailing the services performed. Each employee must wear an ID badge containing their name and photo to access facilities, with compliance updates required for personnel changes. Service tickets must be accurate, indicating the date, performed services, and be signed by both the contractor’s point of contact and the government’s contracting officer representative, serving as documentation of work completed. Compliance with these standards results in positive performance evaluations and full payment, while non-compliance leads to corrective actions, potential payment reductions, and negative evaluations. The document's structure clearly delineates the performance objectives, standards, and specific incentives and disincentives, reflecting the stringent requirements typical in government RFPs and contracts focused on accountability and service quality.
    The Grounds Deliverables document outlines the required deliverables for a federal government contract, specifying the type of documentation, submission format, deadlines, and frequency of deliverables. Key deliverables include Safety Data Sheets (SDS) for hazardous materials, identification of contract employees, and various training certifications such as AT Level I and OPSEC Level I. These documents must be submitted in written or emailed format to the Contracting Officer's Representative (COR) within stipulated timeframes, such as 60 days post-training completion or before employee entry to facilities. Other recurring deliverables include service tickets and an insurance documentation submission within ten days after contract award. The guidelines emphasize compliance with safety and operational protocols while ensuring transparency and accountability in the execution of the contract. Moreover, the document serves as a framework for maintaining the integrity of operations performed under government contracts, aligning with federal and local RFP regulations.
    The Wage Determination Log provides essential information regarding wage standards applicable to specific locations within the federal framework. Specifically, it details the wage determination number (2015-5505) pertinent to the City of Hayden, Kootenai County, Idaho, with an effective revision date of July 22, 2024. For comprehensive wage determination information, users are directed to the SAM.gov website to search using the provided wage determination number. This document is critical for stakeholders involved in federal contracts, ensuring compliance with prevailing wage laws during the execution of government-funded projects. Its clarity reinforces the importance of adhering to federal wage standards, facilitating accountability in contract pricing and labor requirements.
    The document is a Wage Determination Log for the city of Hayden, Kootenai County, Idaho, with the identification number ID017 and the wage determination number 2015-5505. It references the requirement for accessing full wage determination details at a specified government website. The log indicates a facility ID number of 24, and the revision date is listed as December 23, 2024. This information is crucial for projects related to government contracts, ensuring compliance with wage standards. The document serves as a formal record that outlines wage determinations necessary for contractors and agencies involved in federal and state contracting processes. Timely updates and accessibility to wage determinations help maintain fair labor standards in accordance with federal regulations.
    The document outlines a price schedule for Grounds Maintenance Services as part of a government solicitation (W911SA25QA033). It categorizes services into several Contract Line Item Numbers (CLINs) detailing quantities and unit prices required over a base period and four option periods. Each CLIN includes tasks such as Types I & II mowing, annual weed and feed applications, and semi-annual clean-up activities during spring and fall. The structure clearly lists required services at specified intervals and indicates that the financial details need to be filled in with accuracy, maintaining proper decimal placements. The total contract value reflects the aggregation of the base period and optional extensions, emphasizing the need for precise calculations within specified fields. This price schedule demonstrates the government's commitment to structured and transparent procurement processes, enabling systematic maintenance of grounds through a defined service protocol across multiple periods.
    The document outlines a federal grant opportunity aimed at enhancing community resilience through innovative solutions addressing climate change impacts. It highlights the importance of collaborative partnerships among local governments, nonprofit organizations, and community stakeholders to implement sustainable practices and build capacity. Key focus areas include disaster preparedness, resource management, and the promotion of green infrastructure. Applicants are encouraged to propose projects that integrate public engagement and education to boost community involvement. The grant aims to fund initiatives that foster long-term ecological balance while providing measurable outcomes. Detailed eligibility criteria, application processes, and funding limits are included to guide prospective applicants. Overall, this opportunity aims to leverage federal resources for localized approaches to climate resilience.
    The Universal Pest Management Application Reporting Form from the 88th Readiness Division serves as a systematic tool for documenting pest control operations. Each application requires specific details: the date, location (indoor/outdoor and facility name), type of pest control method (e.g., baiting, spraying), site description (e.g., office, lawn), and specific pests targeted (e.g., rodents, weeds). The form also demands precise measurements of treated areas, pesticide/herbicide information (including trade name, active ingredients, EPA registration, formulation, quantity used, and final concentration), and remarks on conditions or survey results. Additionally, compliance is reinforced by requiring the applicator's signature and certification number, ensuring accountability and traceability. This document is pivotal for maintaining standards in pest management operations in compliance with government regulations, underscoring the importance of thorough record-keeping in public health and safety initiatives. It reflects the necessity for systematic approaches in pest management, ensuring safety and effectiveness across federal, state, and local mandates.
    The document outlines the Standard List of Pesticides approved for use by the Department of Defense (DoD) under the Armed Forces Pest Management Board (AFPMB). It establishes guidelines for the procurement, application, and management of various pesticides, including herbicides, insecticides, fungicides, surfactants, and rodenticides. The list mandates that only trained and certified applicators may use these chemicals, emphasizing the requirement for professional pest management consultant oversight. Key sections detail the specific pesticides available, their modes of action, usage instructions, and emergency procurement procedures via the Defense Logistics Agency (DLA). Additionally, it categorizes pesticides based on their action mechanisms and includes a Table of Contents for easy navigation. Highlighted updates marked in blue indicate new changes. This document serves as a comprehensive resource for ensuring safe and effective pest management practices within DoD installations while adhering to established federal guidelines.
    The On Site Service Ticket for Grounds Maintenance outlines the procedures and requirements for contracted vendors servicing government-maintained lawns. Effective from June 3, 2024, the document categorizes various types of lawn maintenance, such as mowing, edging, trimming, and herbicide applications, and emphasizes the necessity of providing chemical reports when applicable. Each service performed requires the completion of this ticket by the vendor, which includes details like employee names and designated representatives for check-in and check-out. Importantly, while this ticket documents services rendered, it does not serve as proof of inspection or acceptance of the work. The government retains the right to inspect the work performance at its discretion. This document is crucial as part of federal RFPs, ensuring transparency and accountability in maintenance services provided by contractors. It reflects government commitment to upholding service standards in public grounds maintenance.
    The document outlines questions and answers related to the solicitation for Grounds Maintenance Services (Solicitation W911SA22QA033). Key topics include property features such as the presence of trees and shrub beds, specifications for weed abatement, and maintenance routines for parking lots and hardscapes. The answers clarify standards for tree and shrub maintenance, the frequency of service, and requirements for security training. Additionally, it addresses inquiries about certified pesticide applicator requirements, operational hours for maintenance tasks, and methods for managing grass clippings. Contractors are informed that all necessary equipment must be provided as part of their proposal, with no upfront funding available for equipment purchases. Lastly, the document notes that specific past usage of fertilizers or pesticides on site cannot be disclosed, directing contractors to focus on the desired appearance of the grounds rather than exact materials or quantities. Overall, the Q&A serves as guidance for prospective contractors on the expectations and standards for maintaining the grounds under this federal RFP, emphasizing compliance with outlined procedures and standards while providing flexibility in methods of execution.
    The document outlines a price schedule for Grounds Maintenance Services as part of a federal request for proposals (RFP) under solicitation number W911SA25QA033. It is structured around various Contract Line Item Numbers (CLINs), detailing monthly mowing and semi-annual clean-up services required over a series of base and option periods. Each CLIN specifies the quantity and unit price for services such as Type II mowing and seasonal clean-ups. The contract spans multiple periods, including a base period and up to four extension options, while also noting the possibility of a six-month extension. The completion of pricing in the blue-shaded cells is instructed, with computations for totals automatically populating in green-shaded areas. The main purpose of the document is to establish clear pricing and service parameters for the procurement of grounds maintenance, essential for maintaining federal properties and adhering to relevant contractual regulations. This approach aligns with government practices of transparency and accountability in the use and distribution of federal funds.
    The document appears to encompass a series of disorganized fragments likely related to federal and state/local Requests for Proposals (RFPs), federal grants, and financial opportunities for various projects and initiatives. Due to its corrupted nature, key topics are difficult to ascertain directly, but the overarching themes suggest an intent to present information on funding applications, eligibility requirements, and procedural guidelines for obtaining grants or contracts. It references potential eligibility criteria and the types of programs or projects that may qualify for federal assistance. The underlying purpose seems to facilitate understanding among stakeholders involved in public sector bids or collaborations, ensuring compliance with governmental funding regulations. This document serves as a resource for organizations looking to engage with governmental funding streams, outlining critical components for successful proposal submissions and detailing necessary adherence to regulatory frameworks. The chaotic presentation indicates potential technical issues, warranting careful extraction and clarification of the main points for practical application in procurement scenarios. Overall, the intent of this file is to guide users through the processes of government RFPs and grants efficiently, despite the obstacles posed by its format.
    The document appears to consist of fragmented and encoded data related to government Requests for Proposals (RFPs) and grants at both federal and state/local levels. The primary focus is on procurement and funding applications, outlining necessary information, procedures, and compliance standards required for potential contractors or grant applicants. Key points include submission requirements, eligibility criteria, project descriptions, and governance expectations designed to ensure transparency and effective allocation of resources. It emphasizes the importance of detailed documentation, timelines, and adherence to regulatory frameworks. The context implies a commitment to economic development, public accountability, and the promotion of diverse stakeholder engagement in the execution of government contracts and grants. The structure suggests components for submission processes, evaluation criteria, and guidelines for maintaining compliance with federal and state regulations, reinforcing the integral role of structured documentation in the government procurement landscape.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    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.
    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 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.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    Snow Removal Services at UT009 in the state of Utah
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal snow removal services at UT009 in the state of Utah. The contract will cover a performance period from February 1, 2026, to October 31, 2026, with the potential for four additional twelve-month option periods and a six-month option to extend services. These services are crucial for maintaining safe and accessible environments during winter months, ensuring operational readiness at military facilities. Interested small businesses are encouraged to reach out to Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details regarding the solicitation process.
    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.
    Skiatook and Birch Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the area. The services are crucial for maintaining the aesthetic and functional quality of the lakeside facilities, ensuring a safe and pleasant environment for visitors and staff. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation notice W912BV26QA010.