Grounds Maintenance Services for IN075 (MS)
ID: W911SA25QA096Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at various Army Reserve facilities in Indiana, under Solicitation Number W911SA25QA096. The contractor will be responsible for a range of services including lawn maintenance, aeration, fertilization, and seasonal clean-ups, with a contract period spanning from April 2025 to March 2026, and options for four additional years. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurship. Interested parties should contact Breanna Huff at breanna.d.huff.civ@army.mil for further details, with the total contract value estimated at $9,500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for grounds maintenance at several Army Reserve facilities in Indiana. The contractor is responsible for providing all necessary personnel, materials, equipment, and services to ensure a clean and professional appearance of lawns, trees, shrubs, and general outdoor areas. The contract includes one base period and four optional extensions, primarily active from April to November, including specific tasks such as lawn maintenance, aeration, fertilization, and seasonal clean-ups. Quality control is tasked to the contractor, although the government will assess performance through a Quality Assurance Surveillance Plan. Detailed procedures for corrective actions and performance evaluations are also defined. Key personnel from the contractor must complete required training and maintain security protocols during their work on government property. The PWS aims to ensure that maintenance services are delivered to specified standards while adhering to timelines and safety regulations, reflecting the government's commitment to effective facilities management and compliance.
    The document outlines the Contract Requirements Package for Antiterrorism and Operations Security within the Army. Its primary purpose is to ensure that all requirements packages include a thorough review of security protocols related to antiterrorism (AT), operations security (OPSEC), and associated areas before submission for contracting. A signed AT/OPSEC cover sheet is mandatory, accompanied by reviews from certified antiterrorism and OPSEC officers. Key components necessitate specific training for contractor personnel, including AT Level I, OPSEC awareness, and information assurance requirements. Contractors must comply with stringent background check protocols to access Army installations and adhere to local security policies. The document specifies standards for handling classified information, participation in training programs, and outlines the process for contractors authorized to accompany U.S. Armed Forces in deployment. In summary, the guidelines are designed to enhance security measures and compliance in Army contracts, underscoring the importance of integrating antiterrorism practices and operations security in contract requirements.
    The document outlines performance objectives and standards for grounds maintenance contractors working with the government. Key requirements include the issuance of ID badges for all personnel, the prohibition of certain chemicals without prior approval, and the necessity of providing service tickets detailing work performed. Each service must comply 100% with set thresholds, with incentives for adherence including positive performance narratives and full payment for services. Disincentives for non-conformance may lead to corrective action requests (CARs), negative narratives, and potential payment reductions. The emphasis on detailed documentation through service tickets is crucial, as each ticket must confirm services performed, sign-off from the contractor and government representatives, and adherence to specified lawn care protocols. The main aim of this document is to ensure accountability and quality in maintenance contracts, reflecting the principles of government procurement practices, particularly in managing federal and state-funded projects.
    The document outlines the deliverables required from contractors in relation to safety, training, and service provision under federal government contracts. It specifies various reports and documentation, such as Safety Data Sheets (SDS), personnel training certifications, records of employees with government access, and records for pesticide applications. These deliverables must be formatted as printed documents or emails to the Contracting Officer Representative (COR) and must be submitted at specific times relative to contract initiation or personnel changes. Key milestones include the submission of training certificates within 30 days of contract start, regular safety reporting, and insurance documentation within ten days post-award. Tracking timelines and compliance with regulations underlines the importance of effective communication and adherence to safety standards. This structure ensures that all parties meet their contractual obligations while maintaining safety and operational integrity in managing hazardous materials and employee qualifications.
    The Wage Determination Log provides a list of wage determination numbers for specific cities and counties in Indiana as part of the federal government's compliance with wage regulations. The document details several locations, including Bloomington, Edinburgh, Evansville, Jeffersonville, Scottsburg, and Terre Haute, along with their corresponding wage determination numbers issued in 2015. Each listing also includes a revision date of December 23, 2024, indicating when the wage rates will be applicable. For comprehensive wage determination details, users are directed to visit the government website at sam.gov, which allows searching by the listed wage determination numbers. This log is integral for federal contracting purposes to ensure adherence to fair labor standards as stipulated in RFPs and grants.
    The document comprises a Request for Proposal (RFP) and outlines a pricing schedule for grounds maintenance services under Solicitation Number W911SA25QA096. It includes multiple Contract Line Item Numbers (CLINs) detailing various maintenance tasks such as weed and feed treatments and spring/fall clean-up activities at various locations. The pricing structure is organized by calendar months and individual job units, though specific quantities and pricing details are left blank for bidders to fill in. The proposal mentions a total contract value encompassing a base period with four option years, along with a potential six-month extension. Key components consist of multiple CLINs categorized by job type and location, with each category requiring price calculations. The document instructs bidders to adhere to specific formatting and calculation standards, ensuring accurate submissions. This RFP serves as a formal request for competitors to submit their best pricing for projected maintenance services needed by the government entity, reflecting the structured and regulated nature of government contracting.
    The document outlines a federal Request for Proposals (RFP) aimed at securing innovative technical solutions designed to address environmental sustainability issues within urban infrastructure. It invites companies to submit proposals that demonstrate how their technologies can improve energy efficiency, waste management, and water conservation in urban settings. Key components of the RFP include specifications for products and services, eligibility criteria for bidders, evaluation metrics for proposals, and funding availability through federal grants aimed at supporting these initiatives. The document emphasizes collaboration among local and state agencies, encouraging bidders to engage in public-private partnerships. Overall, the RFP seeks to foster technological advancements that contribute to environmentally-friendly urban development, aligning with broader federal goals of sustainability and resilience against climate change impacts.
    This document outlines the On Site Service Ticket for Grounds Maintenance, Version 2.3, effective February 1, 2025. It serves as a record for contracted vendors performing various lawn maintenance services, such as mowing, edging, trimming, and applying herbicides, with a requirement to submit chemical reports when applicable. Each service performed at a specified location must be documented along with the vendor's employee names and designated representative check-in and check-out details. Importantly, the document clarifies that completion of the service ticket does not constitute proof of service acceptance, as the government retains the right to inspect work performance at its discretion. This framework is critical for ensuring accountability and quality in government contracting for grounds maintenance under related federal and local RFPs and grants.
    The 88th Readiness Division has established a Universal Pest Management Application Reporting Form to standardize the documentation of pest control operations. Each application requires detailed information including the date, location, type of pest control operation (such as baiting or spraying), site description, the specific pests targeted, and the area treated. Applicators must log vital data about the pesticides or herbicides used, including trade names, active ingredients, EPA registration numbers, and application amounts. Additional fields for comments and the applicator's signature and certification number suggest a focus on accountability and compliance with regulatory standards. This reporting form serves as a crucial tool for managing pest control efforts within federal facilities, ensuring environmental safety and adherence to guidelines while maintaining thorough records of pesticide use.
    The document outlines the Standard List of Pesticides approved for use by Department of Defense (DoD) components and agencies. It specifies that most pesticides must be applied by certified personnel and that their usage requires prior approval from pest management consultants per DoD Instruction 4150.07. The list categorizes pesticides into various sections, including herbicides, insecticides, repellents, and rodenticides, with an emphasis on the necessity for trained applicators to handle these substances. Additionally, it highlights emergency procurement procedures through the Defense Logistics Agency (DLA) for rapid supply needs during contingencies. Chemical classifications, mode of action, and units of issue for pesticides are provided, ensuring users adhere to regulations while controlling pests on DoD installations. The importance of pest management policies is underscored to safeguard health and safety within military environments. Contact information for the DLA and pesticide management resources is included for further support and inquiries. This document supports ongoing efforts in pest control and environmental management within federal operations.
    The document outlines a government solicitation for grounds maintenance services targeting Women-Owned Small Businesses (WOSBs). It details a contract requisition (W911SA25QA096) for services over an active performance period from April 2025 to March 2026, with options for four additional years. The requirements include comprehensive grounds maintenance, spring and fall clean-up services, and weed and feed applications across six locations in Indiana, adhering to a Performance Work Statement (PWS). The total award amount is $9,500,000, and the contractor must comply with federal and state regulations throughout the contract duration. The document specifies inspection and acceptance procedures, delivery schedules, and the necessary qualifications and performance evaluations. Various federal acquisition regulations (FAR) clauses and contractor performance information requirements are incorporated to ensure compliance and quality service delivery. This solicitation emphasizes opportunities for economically disadvantaged and women-owned small businesses while ensuring stringent oversight and adherence to legal standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for landscaping services under the contract titled W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4. The procurement aims to fulfill grounds maintenance requirements, which are essential for maintaining the aesthetic and functional integrity of military facilities. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call 608-388-0441 for further details regarding the solicitation process.
    Grounds Maintenance at KS065: Multiple Facilities in Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple Army Reserve facilities in Kansas under Solicitation Number W911SA25QA084. The contractor will be responsible for providing labor, materials, and equipment to maintain the exterior landscape, including tasks such as lawn mowing, aeration, fertilization, and seasonal clean-ups, with a contract duration that includes one base period and four optional periods from April to November. This procurement is crucial for ensuring the upkeep of military facilities, enhancing operational readiness, and complying with federal labor standards, including wage determinations specific to various Kansas locations. Interested parties can contact Christopher Brown at christopher.m.brown67.civ@army.mil or by phone at 502-898-2527 for further details, with a total contract value of approximately $9.5 million and a performance start date of April 1, 2025.
    Grounds Maintenance Services located at OH105
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to provide Grounds Maintenance Services at OH105, as outlined in the Performance Work Statement and the terms of the solicitation. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under a sole source designation, emphasizing the importance of supporting veteran-owned enterprises in fulfilling government contracts. These landscaping services are crucial for maintaining the operational readiness and aesthetic standards of military facilities. Interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or by phone at 608-388-0441 for further details regarding the solicitation process.
    Grounds Maintenance Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for WI088 (MS) at Fort McCoy. The procurement aims to ensure the upkeep and maintenance of landscaping and grounds, which are essential for the operational readiness and aesthetic appeal of military facilities. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran-owned enterprises. Interested parties can reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    Grounds Maintenance Services at NE024, Elkhorn, NE
    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 NE024 in Elkhorn, Nebraska. The procurement aims to secure comprehensive landscaping services, including lawn maintenance, weed control, and seasonal cleanup, with a total estimated contract value of approximately $9.5 million over a performance period from April 1, 2025, to March 31, 2026, with options for renewal. This initiative not only emphasizes the importance of maintaining a professional appearance for military facilities but also encourages participation from women-owned small businesses, aligning with federal efforts to promote equitable opportunities in government contracting. Interested contractors should direct inquiries to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil and adhere to the submission deadlines outlined in the solicitation documents.
    S208--BHH - SDVOSB Set-Aside Grounds Fert & Weed Control
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a federal contract focused on grounds maintenance services, specifically weed control and fertilization, at the Fort Meade and Hot Springs Veterans Affairs Medical Centers. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive landscaping services over multiple years, with a base year starting April 1, 2025, and options to extend through March 31, 2030. This procurement is vital for maintaining the health and aesthetics of VA facilities, ensuring compliance with federal regulations and safety standards. Interested contractors should contact Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov, with a total project budget of approximately $9.5 million and adherence to specific wage determinations and submission requirements outlined in the solicitation documents.
    Grounds Maintenance Services; IL177 Multi-Site, IL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services for the IL177 Multi-Site in Illinois. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is essential for maintaining operational readiness and enhancing the environment of military facilities. This opportunity is set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call 608-388-0441 for further details. The solicitation is categorized under NAICS code 561730 for Landscaping Services and PSC code S208 for Housekeeping-Landscaping/Groundskeeping.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.
    Grounds Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Baltimore VA Medical Center. The procurement includes comprehensive responsibilities such as maintaining turf health, trimming vegetation, performing irrigation, and managing debris, with a total estimated contract value of $9.5 million over a five-year period, including a base year and four optional extensions. This initiative underscores the VA's commitment to maintaining high-quality facilities for veterans through effective grounds management services. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their quotes electronically by March 20, 2025, at 3:00 PM, following the guidelines outlined in the solicitation documents, including a mandatory site visit on March 14, 2025. For further inquiries, potential bidders can contact Veronica B. Dillard at veronica.dillard@va.gov.
    Grounds Services Multi-site ND007 (ND003, ND009, SD008)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds services across multiple sites, identified as ND007, ND003, ND009, and SD008. The procurement aims to secure landscaping services, which are essential for maintaining the aesthetic and functional quality of military installations. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties should reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 502-898-4980 for further details, while Melissa Larson is also available at melissa.t.larson.civ@army.mil or 502-898-4571 for additional inquiries.