Grounds Maintenance Services, Charlottesville, VA (VA006)
ID: W15QKN-25-Q-A009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, 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 Grounds Maintenance Services at the TSGT Frank D. Peregory United States Army Reserve Center in Charlottesville, Virginia. The procurement aims to secure a Firm Fixed Price contract for a base period of 12 months, with the potential for four additional 12-month option periods, to ensure the upkeep and aesthetic maintenance of the facility's grounds. This contract is crucial for maintaining the operational readiness and appearance of military installations, reflecting the government's commitment to quality service and support for small businesses, as this opportunity is a total small business set-aside. Interested contractors must submit their offers by May 12, 2025, and can direct inquiries to the Contract Specialist, Mitchell Douglas, at mitchell.e.douglas.civ@army.mil or the Contracting Officer, Jasmyne Peterson, at jasmyne.c.peterson.civ@army.mil.

    Point(s) of Contact
    Jasmyne Peterson, Contracting Officer
    Jasmyne.C.Peterson.civ@army.mil
    Files
    Title
    Posted
    The solicitation document W15QKN-25-Q-A009 outlines a federal government re-compete requirement for services previously provided by Sanford Federal, INC. The current contract, W15QKN-21-P-5100, had a structure consisting of a base period with four additional option periods. The total award amount for the previous contract was $54,140.00. This document primarily serves to communicate essential inquiries from industry stakeholders regarding the re-competition process, the presence of an incumbent, and details about the existing contract framework. Overall, it illustrates the government's approach towards transparency in procurement and offers a comprehensive overview of the contractual transitions and existing obligations tied to this solicitation.
    The solicitation document W15QKN-25-Q-A009 outlines the re-compete requirement for a federal contract that is currently held by Sanford Federal, Inc., under award number W15QKN-21-P-5100. It includes responses to industry inquiries received during the solicitation period. Specifically, it confirms the presence of an incumbent contractor and clarifies the re-competition status of the contract. This document is essential for organizations looking to participate in the solicitation process, ensuring that they are aware of the current contract holder and the competitive nature of the upcoming bidding. Understanding these details will assist potential bidders in preparing their proposals in line with federal contracting regulations. The focus on re-compete highlights the government's ongoing need for these services and the importance of maintaining a competitive environment.
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance for the 99th Readiness Division. The contractor is responsible for providing all personnel, equipment, and supplies to maintain the health and appearance of various landscaped areas per local, state, and federal regulations. The contract spans one base year with four optional extensions. The contractor must establish a quality control system and adhere to strict operational hours, performing duties primarily Monday through Friday, excluding federal holidays. All maintenance tasks, including mowing, edging, trimming, and seasonal cleanup, must meet defined standards, with specific requirements for debris management. The contractor is liable for any damage to government property and must follow environmental regulations for waste disposal. Personnel must comply with security and safety protocols, including identification requirements and operational security training. Effective communication and thorough documentation are essential for successful oversight and performance evaluation. This contract reflects the government's commitment to maintaining high standards for operational facilities while ensuring regulatory compliance.
    This Performance Work Statement (PWS) outlines the requirements for grounds maintenance services for the 99th Readiness Division, covering personnel, materials, and performance standards over a contract period of one base year and four option years. The contractor must maintain the appearance and health of grass, trees, and shrubs, adhering to local and federal regulations. Services include regular mowing, trimming, edging, and seasonal cleanup, with specific frequency and quality standards specified. A quality control program is required, allowing government surveillance to ensure compliance. The document stipulates the contractor's responsibilities, including employee conduct, equipment safety, utility conservation, and environmental protection. Security protocols and mandatory training for contractors accessing Army installations are also emphasized. The contractor is liable for any damage to government property and must follow strict guidelines for waste disposal. This PWS serves as a structured guideline for ensuring the aesthetics and functionality of grounds, with an emphasis on accountability, safety, and regulatory compliance, reflecting the government's standards in service contracts.
    This document outlines Wage Determination No. 2015-4303 under the Service Contract Act, detailing minimum wage rates and fringe benefits applicable to contractors working on federal contracts in Virginia. Effective January 30, 2022, contracts must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers in 2025. Contracts awarded between January 1, 2015, and January 29, 2022, will adhere to Executive Order 13658, requiring a minimum wage of $13.30 per hour. The document lists various occupations and their corresponding wage rates, while highlighting specific fringe benefits such as health and welfare allowances, paid sick leave under Executive Order 13706, and vacation entitlements. Furthermore, it establishes protocols for non-listed job classifications and necessary procedures for requesting conformance to ensure employees receive appropriate compensation. Overall, this wage determination aims to ensure fair pay and worker protections for employees engaged in federal contracts, reinforcing compliance with federal labor standards.
    This document outlines a solicitation for Grounds Maintenance Services for the U.S. Army Reserve Center in Charlottesville, Virginia, as part of a federal procurement initiative aimed at supporting women-owned small businesses (WOSB). The contract, valued at $9.5 million, involves a firm fixed-price model with a 12-month base period and four optional extensions. Offerors must comply with various submission requirements including registration in the System for Award Management (SAM) and completion of specific pricing formats. The document also highlights insurance obligations, site visitation schedules for potential contractors, and the necessity for compliance with the Federal Acquisition Regulation (FAR) provisions. Ensuring performance according to the Performance Work Statement (PWS) and proper insurance is vital for the contract's execution, reflecting the government’s commitment to support small businesses while maintaining operational standards. The overall structure includes sections on contractor requirements, pricing details, delivery scheduling, and clauses for inspection and acceptance. This request reinforces essential government efforts to expand opportunities for economically disadvantaged and service-disabled veteran-owned businesses.
    The document is an amended solicitation for Grounds Maintenance Services for the 99th Readiness Division at the TSGT Frank D. Peregory US Army Reserve Center in Charlottesville, Virginia. It establishes the schedule for submission of offers, emphasizing the importance of acknowledging the amendment to avoid rejection of offers. The solicitation is set aside for small businesses and encompasses a Firm Fixed Price contract lasting one year with four optional annual extensions. Key aspects include a site visit for potential bidders, clarity on submission requirements, and mandate for registration in the System for Award Management (SAM). Contractors must adhere to insurance requirements outlined in the FAR, including liability and workers' compensation. Additionally, contractor employees must undergo annual Level 1 Anti-Terrorism Awareness Training. The amendment also provides detailed responses to industry questions, reinforces the need for accurate pricing formats, and emphasizes the successful offeror's obligation to sign and acknowledge amendments. This solicitation process is integral to ensuring compliance, transparency, and the provision of essential maintenance services to government facilities.
    This document is an amendment to a solicitation issued by the federal government, specifically modifying the original terms and conditions of an RFP related to grounds maintenance at the Charlottesville VA facility. The primary purpose of this amendment is to extend the response due date from May 8, 2025, to May 12, 2025, and to update the attachment titled “Questions and Answers” to reflect clarifications and inquiries regarding the solicitation. The document outlines required actions for contractors to acknowledge receipt of the amendment and specifies that offers must be submitted by the newly established deadline. It details the amendment process and any changes to related contract documents, including deletions and modifications. Additionally, it indicates that certain forms must be signed by authorized representatives, further emphasizing adherence to procedural requirements. The amendment's structure follows a standard format conducive to federal contracting practices, ensuring clarity and compliance with procurement protocols.
    The U.S. Army Contracting Command - New Jersey has issued a Sources Sought Notice to gauge the availability and capability of prospective contractors for Custodial Services at the TSGT Frank D. Peregory USARC in Charlottesville, VA. This notice serves as market research and is not a solicitation for proposals. The intended contract will be a firm-fixed-price agreement encompassing one base year and four optional years, requiring the contractor to supply all necessary materials, personnel, and services for refuse collection and recycling, as outlined in a draft Performance Work Statement (PWS). Companies interested in participating must provide details including company information, socio-economic status, and acknowledgment of understanding and capability to fulfill the PWS requirements. Responses should be submitted via email to the designated Contract Specialist, Christopher J. Naylor. This notice does not obligate the government to procure services or pay for the information submitted by respondents.
    The document outlines the grounds maintenance plan for the U.S. Army Reserve Center (USARC) at 1634 Cherry Avenue, Charlottesville, VA. It provides a detailed map and specifications for maintaining outdoor areas, including sections that need mowing, edging, and trimming. The total area to be mowed is 36,970 square feet, with an additional 4,705 square feet designated for trimming along fence lines. The map includes various features such as parking areas, roadways, utilities, and designated services, ensuring easy navigation for maintenance personnel. This document serves as a guide for government contractors involved in landscaping and grounds maintenance, reflecting standard operating procedures under federal and local RFPs aimed at maintaining military infrastructure effectively.
    Similar Opportunities
    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.
    Base Operations Support Services, Rivanna Station, Virginia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Base Operations Support Services at Rivanna Station in Charlottesville, Virginia. The procurement encompasses a wide range of services, including custodial work, waste management, grounds maintenance, snow and ice removal, and facilities maintenance, all aimed at ensuring the efficient operation and upkeep of the military installation. These services are critical for maintaining the functionality and safety of the base, supporting both daily operations and special events. Interested contractors should direct inquiries to Marsh Hopkins at marsh.hopkins.civ@army.mil, with proposals due by January 30, 2026, at 11:00 AM local time, and the estimated contract value is approximately $7.7 million.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    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.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.
    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.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    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.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    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.