Grounds Maintenance Services at MI043 (Multi-Site)
ID: W911SA-25-Q-A076Type: Combined Synopsis/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 seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Michigan under the solicitation W911SA25QA076. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, and seasonal cleanups, with a focus on maintaining a clean and professional appearance across the sites. This procurement is crucial for ensuring the upkeep of military installations, which supports operational readiness and enhances the overall environment. The total award amount for this contract is estimated at $9,500,000, with offers due by 10:00 AM on February 21, 2025. Interested parties can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for grounds maintenance services at designated Army Reserve facilities in Michigan. The contractor is responsible for providing all necessary labor, equipment, and materials to maintain the exterior areas, ensuring a clean and professional appearance. The scope includes lawn maintenance, aeration, fertilization, and seasonal cleanups, with a clear delineation of tasks and quality control measures established. Performance is evaluated through a Quality Assurance Surveillance Plan (QASP) managed by a Contracting Officer Representative (COR), who monitors compliance and oversees corrective actions for any deficiencies. The contract covers a period of one base year with four optional extensions, governed by strict adherence to timelines, operational hours, and federal regulations, including security training for personnel accessing military installations. No government-furnished property will be provided, and the contractor must maintain rigorous oversight of all employee activities and ensure the security of all government-issued keys. The contractor is also required to have a system for reporting any damages and to follow strict procedures for waste management and utility conservation. Overall, the PWS emphasizes accountability, quality, and thorough communication between the contractor and government representatives.
    The document discusses various federal and state/local Requests for Proposals (RFPs) and grants aimed at promoting government-funded projects. These RFPs serve as formal invitations for organizations and businesses to submit proposals for providing specific services or products to governmental agencies. Key areas typically covered include eligibility criteria, proposal submission deadlines, funding limitations, and required qualifications for prospective bidders. Additionally, the importance of compliance with regulations and standards in executing these projects is reiterated. The primary goal is to foster public-private partnerships that advance community development, infrastructure improvement, and enhance the efficiency of government services. This framework aligns with government objectives to stimulate economic growth while ensuring that projects address pressing public needs effectively and responsibly.
    The document outlines performance objectives and standards for a government contract related to grounds maintenance services. Key performance elements include the provision of identification badges for contractor employees, restrictions on chemical use, and requirements for documentation of services through service tickets. Each employee must have an ID badge with their name, company name, and photo, with updates required for personnel changes. The contractor is prohibited from using herbicides without prior approval, emphasizing the importance of adhering to specified lawn types and maintenance practices. Service tickets must be completed and submitted monthly, detailing work performed and signed by both the contractor's point of contact and the government’s representative. Compliance with service ticket requirements leads to positive evaluations and full payment, while non-conformance can result in corrective actions and potential payment deductions. The document emphasizes the significance of documentation and adherence to specifications in the contract, ensuring accountability and quality in service delivery. Overall, the purpose is to maintain high standards of service throughout the contract period while ensuring compliance and performance monitoring.
    The document outlines the required deliverables associated with government contracts, specifying formats, timelines, and responsible parties for submission. Key deliverables include Safety Data Sheets (SDS) for hazardous materials, identification of contract employees, and various training certifications (such as AT Level I, OPSEC Level I, and iWATCH training) that must be reported to the Contracting Officer Representative (COR) within specified timeframes. It also details reporting requirements for fertilizer application and pest management, along with service tickets that must be submitted within 30 days of service and monthly. Additionally, proof of required insurance must be emailed to the COR and the Administrative KO within 10 days post-award and annually thereafter. Each entry emphasizes the importance of timely and accurate reporting to ensure compliance with contract terms. The document serves as a guidance tool for contractors to fulfill their obligations effectively under federal and state/local RFPs. It underscores the significant role of documentation in maintaining regulatory standards and safety protocols in government operations.
    The document provides a Wage Determination Log listing various locations in Michigan along with their corresponding wage determination numbers. Specifically, it lists Portage in Kalamazoo County, Muskegon in Muskegon County, and Traverse City in Grand Traverse County, each associated with unique wage determination numbers (2015-4853, 2015-4861, and 2015-4877 respectively). Users are directed to visit the SAM (System for Award Management) website for detailed wage determinations by entering the specified wage determination numbers. The log also includes a reference to revision dates, suggesting ongoing updates to wage determinations, critical for ensuring compliance with federal regulations in contracts and grants. This document underscores the importance of accurate wage information as part of government procurement processes and the need for organizations to adhere to wage standards required by law when engaging in federal and state contracting activities.
    The document outlines a federal Request for Proposal (RFP) for grounds maintenance and landscaping services across multiple locations in Michigan. It details pricing structures for various activities, including monthly grounds maintenance, spring and fall clean-up, and weed and feed treatments. Each section specifies pricing by Contract Line Item Numbers (CLINs) based on the units of issue (monthly or each), quantities, and locations (MI016, MI023, MI030). The contract includes a base period followed by four optional years, with a potential six-month extension. The provided pricing grid requires contractors to fill in specific blue-shaded cells while ensuring accurate calculations that reflect the total contract value. This RFP aims to enhance the management and upkeep of public spaces, ensuring a clear and structured approach to bidding on government contracts related to landscaping maintenance.
    The document outlines federal grant opportunities and RFPs targeting community development and infrastructure improvements. It emphasizes the government's commitment to supporting projects that enhance economic growth and public services at local and state levels. The key focus areas include renewable energy initiatives, transportation upgrades, and community health programs. Proposals must address sustainability, innovation, and community engagement, with a strong emphasis on measurable outcomes and accountability. Additionally, the document sets forth eligibility criteria, application deadlines, and evaluation metrics for reviewing proposals. This comprehensive approach fosters collaboration between federal, state, and local agencies, encouraging a holistic response to community needs while ensuring proper resource allocation. The document serves as a guideline for entities seeking funding and participation in government-led initiatives aimed at bolstering local economies and improving the quality of life for citizens.
    This document is a service ticket template for grounds maintenance, specifically for lawn care tasks. Version 2.1, dated March 20, 2024, stipulates the contractor's responsibilities for various maintenance types, such as mowing, edging, and herbicide application, necessitating chemical reports where applicable. The form must be filled out by the vendor each time services are performed, capturing details about the specific maintenance conducted and the personnel involved. Although this document records the vendor's activities, it explicitly states that it does not serve as proof of acceptance of services, as the Government retains the right to inspect the work at any time to ensure compliance with contract requirements. The purpose of this ticket is to streamline and formalize the process of grounds maintenance under government contracts, facilitating accountability and service tracking.
    The Women-Owned Small Business (WOSB) solicitation document outlines the contracting requirements for providing grounds maintenance services. The contract, referenced W911SA25QA076, has a total award amount of USD 9,500,000. The key services include grounds maintenance for a base year, spring and fall cleanup, and weed control, with options for up to four additional years. The solicitation was issued on February 21, 2025, with offers due by 10:00 AM on February 21, 2025. This document includes details on the payment method, inspection and acceptance locations, and requirements for contractor qualifications, including compliance with various federal acquisition regulations. In addition, it specifies performance work statements, insurance, and reporting requirements, emphasizing legal compliance and past performance evaluations. The overall aim is to foster opportunities for women-owned businesses while ensuring high standards for government contracting processes. The structure of the document is systematic, organized into sections covering administrative details, service descriptions, and compliance guidelines, reflecting the procedural nature of government RFPs and their focus on accountability and regulation adherence.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grounds Maintenance Services for KS065 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Pittsburg, Kansas. The procurement encompasses a range of services including lawn mowing, aeration, fertilization, weed control, and seasonal cleanups, structured under a non-personal services contract with a base period and four optional renewal years. This contract is vital for maintaining the aesthetic and functional quality of military facilities, ensuring compliance with federal standards and effective service delivery. Interested small businesses are encouraged to submit their bids by filling out the pricing schedule and adhering to the specified requirements, with a total estimated contract value of $9,500,000 and a performance period commencing on April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance OH105 Multiple Sites (MS) (OH004, OH044, OH048, OH051, OH094)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple sites in Ohio, designated as the OH105 Multiple Sites. The procurement encompasses a range of services including monthly maintenance, seasonal clean-ups, and pest management, with a focus on maintaining a professional appearance of the grounds while adhering to safety and regulatory standards. This contract, valued at approximately $9.5 million, is set to commence on April 1, 2025, and will run for one base year with four optional renewal years. Interested vendors can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must ensure compliance with all outlined deliverables and performance requirements as specified in the solicitation documents.
    Grounds Maintenance Services for WA104, Marysville, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility WA104 in Marysville, Washington. The contract will cover a performance period from March 1, 2025, to February 28, 2026, with the possibility of four additional option years and a six-month extension, focusing on routine maintenance tasks such as mowing, fertilization, weed control, and seasonal clean-ups. This procurement is particularly significant as it aims to promote opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is valued at approximately $9.5 million. Interested contractors must submit their quotes, including all required documentation, to Kayla Christian at kayla.j.christian.civ@army.mil by the specified deadline, with written questions due by 10:00 AM CST on January 31, 2025.
    Grounds Maintenance Services for IA058 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Waterloo, Iowa. The contract, identified as W911SA25QA056, requires the contractor to provide all necessary personnel, equipment, and supplies to maintain the facilities' lawns, trees, and shrubs, ensuring a clean and professional appearance throughout the active service months from April to October, with additional clean-up tasks allowed before and after these periods. This procurement is crucial for maintaining the aesthetic and functional quality of government properties, reflecting the federal commitment to effective landscape management. Interested small businesses are encouraged to submit their quotes, with a total estimated contract value of $9,500,000 and a performance period starting April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance Services for Saint Charles, MO
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Grounds Maintenance Services at the Army Reserve facility in Saint Charles, Missouri. The contractor will be responsible for a range of landscaping tasks, including lawn maintenance, weed control, aeration, fertilization, and seasonal clean-up, ensuring the grounds maintain a clean and professional appearance from April to November. This procurement is crucial for maintaining the facility's operational standards and aesthetics, with a focus on quality control and compliance with federal regulations. Interested parties must respond to the Sources Sought Notice by 4:00 CST on February 6, 2025, and can direct inquiries to Kayla Christian at kayla.j.christian.civ@army.mil.
    Grounds Maintenance Services in Meadville and Franklin, PA
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking qualified contractors to provide grounds maintenance services in Meadville and Franklin, Pennsylvania. The procurement aims to establish a firm fixed price purchase order for 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 military installations, ensuring a safe and pleasant environment for personnel. Interested small businesses must review the solicitation for specific requirements, including site visit dates and the response deadline, with an estimated contract start date of April 24, 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.
    W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
    Buyer not available
    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, which is set aside for small businesses, spans an active performance period of eight months from May through November, with specific tasks including mowing, trimming, and seasonal clean-up activities. Interested contractors can reach out to Crystal Johnson at crystal.j.johnson27.civ@army.mil or Shannon Baker at shannon.a.baker2.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.
    Grounds Maintenance for ND001 (Bismarck, ND)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide comprehensive grounds maintenance services at ND001 located at 3319 University Dr., Bismarck, ND. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. This contract is crucial for maintaining the aesthetics and functionality of the grounds, with a performance period starting from April 1, 2025, to March 31, 2026, and includes four optional twelve-month extensions and a six-month option to extend services. Interested small businesses should contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or Francisco Arocho at francisco.j.arocho.mil@army.mil for further details.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Grounds Maintenance Services for fiscal year 2025. The contractor will be responsible for maintaining improved, semi-improved, and unimproved grounds, ensuring a clean and professional appearance while promoting healthy vegetation through services such as mowing, trimming, irrigation management, and pest control. This contract is crucial for maintaining the operational readiness and aesthetic standards of the base, with a performance objective of achieving a 95% maintenance standard for improved areas. Interested vendors must submit proposals by the anticipated solicitation date of January 31, 2025, with the award expected on April 1, 2025. For further inquiries, contact SSgt Merrick Ferguson at 325-654-5310 or SSgt James Molden at 325-654-5173.
    Grounds Maintenance Services - Weirton, WV (WV041)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking qualified contractors to provide grounds maintenance services for the 99th Readiness Division located in Weirton, West Virginia. The contract encompasses a range of responsibilities including regular mowing, trimming, edging, and seasonal cleanups, with an emphasis on maintaining a neat and professional landscape appearance while adhering to safety and quality protocols. This initiative is crucial for ensuring the operational readiness and aesthetic upkeep of the facility, with the contract set to span one base year and four optional extensions, commencing within seven days of award. Interested parties should direct their inquiries and capability statements to Ronald M. Stinson at ronald.m.stinson.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil, with responses to the Request for Information (RFI) required by the specified deadlines.