Landscaping and Ground Maintenance Services
ID: W9128F25Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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 U.S. Army Corps of Engineers, is seeking proposals for landscaping and ground maintenance services at the Missouri River Project Office in Omaha, Nebraska. The contract, classified as a total small business set-aside, requires the contractor to provide comprehensive grounds maintenance, including mowing, trimming, fertilization, and weed control, over a base year with four optional renewal years. This procurement is crucial for maintaining the aesthetic and ecological integrity of government-managed lands while ensuring compliance with federal environmental regulations. Interested contractors should direct inquiries to Tina L. Keimig at tina.l.keimig@usace.army.mil, with proposals due by the specified deadline outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Pesticide Application Record Sheet used by the Corps of Engineers, Omaha District, to document both anticipated and actual pesticide applications. It contains fields for recording essential details such as the target pest, site description, pesticide trade name, manufacturer, and EPA registration number. Additionally, it specifies the method of application, the applicator's identity, the total treated area, and environmental conditions at the time of application, such as wind, temperature, humidity, and soil conditions. The format is structured to accommodate both anticipated usage requests and actual usage reports. The inclusion of fields for weather conditions and applicator information supports compliance with regulatory standards and ensures the safe application of pesticides. This document is vital for tracking pesticide usage aligned with federal and state guidelines, reflecting the government’s commitment to responsible pest management within its operations.
    The document outlines a groundskeeping plan for the Omaha District's Missouri River Project Office, detailing specific areas designated for wildflower planting, mowing, and other landscape maintenance. It identifies various zones such as main and secondary mowing areas, wildflower areas, and parking spray areas, totaling 3.4 acres for wildflowers alone. The plan emphasizes the importance of maintaining designated areas for environmental and aesthetic purposes while adhering to specific guidelines regarding land usage, including restrictions on work within certain confines, notably near a Coast Guard facility and an administration building. The data is drawn from GIS layers and is meant for preliminary planning rather than as a definitive legal description; the disclaimer warns that the government does not guarantee the data's accuracy or reliability, thereby limiting its liability. The overall objective of the document is to support effective groundskeeping and ecological management within the outlined project boundaries while ensuring compliance with local regulations.
    This document is an amendment to a solicitation for Ground Maintenance and Landscaping Services at the Missouri River Project Office, Nebraska. It serves to include a previously omitted Performance Work Statement (PWS) and updated evaluation factors. The contract will be executed between the U.S. Army Corps of Engineers and the awarded contractor, covering a non-personnel services agreement requiring comprehensive grounds maintenance, including mowing, trimming, fertilization, and weed control. The contract is set for one base year and up to four option years, with a strict performance and quality control plan expected from the contractor. Key points include the necessity for a fully stocked first-aid kit, compliance with safety regulations, and adherence to specific operational hours. The contractor must also submit work and quality control plans, maintain communication with the government’s point of contact, and ensure thorough documentation of services rendered. Overall, the amendment emphasizes the importance of maintaining a professional appearance of grounds, and the contractor is held accountable for any service deficiencies or damages incurred during operations. This reliable service provision aligns with federal RFP practices aimed at securing quality service through competitive bidding.
    The document outlines the landscaping plan for a 0.9-acre and a 2.5-acre area designated for wildflowers within the Omaha District of the Missouri River Project Office. It provides a visual representation of project boundaries, various mowing areas, and specific locations for wildflower cultivation and parking spray areas. The plan also indicates the presence of a Coast Guard facility and an administration building, noting a restriction on work within fenced areas. Produced by Raymond Frana on March 4, 2015, this GIS-derived data serves as a guideline for groundskeeping within the project, emphasizing the need for caution in interpreting the approximated data. The document includes a disclaimer about its accuracy and usability, stating that the government bears no liability for any use of the information therein. Overall, this landscaping plan supports the objectives of maintaining ecological balance and aesthetic beauty in government-managed lands while ensuring compliance with operational guidelines.
    The Pesticide Application Record Sheet, issued by the Corps of Engineers, Omaha District, facilitates the documentation of pesticide usage for both anticipated requests and actual applications. The form captures essential details including the target pest, specific site descriptions, pesticide information (trade name, manufacturer, EPA registration), and application specifics such as formulation type, mixture ratios, application rates, and the timing of applications. It requires the identification of the applicator, whether a Corps employee or contractor, including their contact information. For actual usage reports, additional fields incorporate the date, time of application, equipment used, and environmental conditions such as wind speed and direction, temperature, and soil moisture. The document serves a critical role in governmental oversight concerning pesticide application, ensuring compliance with regulatory standards while promoting public health and environmental safety during treatment processes. By systematically documenting these applications, the Corps aims to maintain accountability and transparency in its pest management efforts.
    The document addresses the MRPO Ground Maintenance contract (W9128F25Q0014), providing a series of questions and answers regarding the solicitation. It clarifies that this is not a new contract as it follows the completion of a prior contract (W9128F20P0032) awarded to Sparetime Investment Group, Inc. for $82,200, which ended on October 31, 2024. The solicitation is designated as a small business set-aside, meaning only small businesses may serve as prime contractors, precluding subcontracting. Security requirements are outlined, noting that while security clearances are not needed for facility access, contractors must undergo fingerprinting and NCIC background checks. Further, potential offerors are instructed to submit quotes via email as specified in the solicitation, and details regarding the site visit and the property size for maintenance tasks can be found within the document. The document emphasizes the need for contractors to inspect the property to understand apparent maintenance requirements, indicated by the site visit information. Overall, the document serves to guide potential bidders in understanding the project scope, prior contract details, and submission requirements for bidding on the maintenance services.
    The document outlines a Request for Proposal (RFP) for landscaping and grounds maintenance services for the U.S. Army Corps of Engineers' Missouri River Project Office in Omaha, Nebraska. The contract is classified as a non-personnel services agreement, requiring the contractor to provide labor, supervision, equipment, and materials necessary for comprehensive grounds maintenance, including mowing, trimming, fertilization, and weed control over a defined period of performance from contract award through four option years. Key elements include strict quality control and assurance measures, safety and security protocols for contractor personnel, and compliance with federal environmental laws. The contractor must submit various plans, including a work plan and a quality control plan, prior to work commencement. The document emphasizes the importance of maintaining professional standards in service delivery and an obligation for the contractor to rectify any performance deficiencies promptly. Overall, the RFP demonstrates the government's focus on ensuring quality grounds maintenance while adhering to safety, security, and environmental regulations, thus supporting effective facility management at the Missouri River Project.
    The government solicitation W9128F25Q0014 seeks bids for landscaping and grounds maintenance at the Missouri River Project Office in Omaha, Nebraska. The proposal is due by 2:00 PM on March 6, 2025, and an organized site visit is scheduled for February 25, 2025. Interested contractors must provide detailed pricing for maintenance across various areas, including a primary mowing area and fertilization plans, with options for additional years extending through 2029. The evaluation criteria include the offeror's past performance, equipment quality, and price. Bidders must demonstrate relevant experience and provide two references from similar projects during the past five years. Compliance with various federal regulations and insurance requirements is mandatory, including coverage for workers' compensation and general liability. The solicitation aims to ensure the successful and compliant management of the landscape maintenance contract, focusing on best value for the government rather than solely the lowest bid. Overall, this document outlines the procurement process while emphasizing the rigorous standards expected of contractors in fulfilling federal obligations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Grounds Maintenance Services for Facility MO015 at Joplin, MO
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for Grounds Maintenance Services at the Army Reserve facility MO015 in Joplin, Missouri. The contract requires comprehensive lawn maintenance, including mowing, aeration, weed control, and seasonal clean-ups, with a performance period spanning from April 1, 2025, to March 31, 2026, and options for extensions through March 2030. This procurement is crucial for maintaining the facility's grounds to ensure a clean and professional appearance while adhering to safety and regulatory standards. Interested small businesses, particularly those that are women-owned, must submit their proposals by the specified deadline, with an estimated total award amount of $9,500,000. For further inquiries, potential bidders can contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil or Misty Branam at misty.s.branam.civ@army.mil.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 located in Dodge City, Kansas. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-up, with a focus on maintaining the aesthetics and functionality of the facility's outdoor areas. This procurement is critical for ensuring the upkeep of government properties and compliance with federal standards, reflecting the importance of maintaining a professional appearance for Army installations. The total contract value is estimated at $9,500,000, covering a base period from April 1, 2025, to March 31, 2026, with four optional renewal periods. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to ensure compliance with the submission timelines.
    Grounds Maintenance Services for MO001, Belton, MO
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide Grounds Maintenance Services for the facility located in Belton, Missouri. The contract, identified by requisition number W911SA25QA073, encompasses essential services such as basic grounds maintenance, weed control, and seasonal cleanup, with a total award amount of approximately $9.5 million for the period from February 18, 2025, to March 31, 2026. This procurement is particularly significant as it aligns with federal initiatives to promote diversity in contracting, targeting women-owned small businesses. Interested parties should reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further details and to ensure compliance with the outlined federal regulations and requirements.
    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 KS065 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at Army Reserve facilities located in Pittsburg and Parsons, Kansas. The procurement includes a base contract period of one year, with the potential for four additional option years, covering services such as monthly maintenance, seasonal clean-ups, and pest management. These services are critical for maintaining the aesthetic and functional quality of government properties, ensuring compliance with federal regulations and standards. Interested small businesses are encouraged to submit their bids by the specified deadlines, with an estimated total contract value of $9,500,000. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    GROUNDS MAINTENANCE IN WILLAMETTE VALLEY
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for grounds maintenance services within the Willamette Valley Project in Oregon, covering locations from Lookout Point Lake to Green Peter Lake. The contract, which is a firm-fixed-price agreement, encompasses a base year and four optional years, requiring the contractor to provide all necessary labor, equipment, and materials while adhering to safety and performance standards outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining public recreational areas and ensuring compliance with environmental management practices, with a total award amount of $9,500,000. Interested parties should contact Jessica Manley at jessica.manley@usace.army.mil for further details and to ensure compliance with the total small business set-aside requirements.
    Mowing Services for Lake Tenkiller and Webbers Falls, Oklahoma.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide mowing services for Lake Tenkiller and Webbers Falls in Oklahoma. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561730, which pertains to Landscaping Services. The services are essential for maintaining the grounds and ensuring the aesthetic and functional quality of these recreational areas. Interested parties can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or by phone at 918-669-7670, or contact Rudolfo Morales at rudolfo.j.morales@usace.army.mil or 918-669-7275 for further details.
    Grounds Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is seeking qualified contractors to provide Grounds Maintenance Services at the Washington Aqueduct in Washington, D.C. The procurement involves a Fixed Price contract for maintaining approximately 129 acres, which includes tasks such as mowing, trimming, fertilizing, weeding, mulching, and debris removal, with a structured weekly work schedule to track completed and scheduled tasks. This maintenance is crucial for ensuring the health and aesthetic quality of the grounds while adhering to government regulations and environmental considerations, particularly avoiding harmful herbicides and chemicals. Interested parties can contact Monique Euter at monique.l.jones@usace.army.mil or 410-962-0972, or Vincent Gier at vincent.j.gier@usace.army.mil or 410-962-2584 for further details.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services as part of the Rivers FY25 Environmental Services project. This contract aims to control invasive species at the Riverlands Migratory Bird Sanctuary, requiring contractors to provide all necessary materials, labor, and supervision for herbicide applications targeting specific invasive plants from April to November 2025. The project underscores the importance of responsible environmental stewardship and compliance with federal guidelines for herbicide use, ensuring minimal impact on non-target vegetation. Interested small businesses must submit their offers by the specified deadline, and inquiries can be directed to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil.