Amendment 2 Grounds Maintenance Services - Fort Hood, Texas
ID: W9115125RA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT HOODFORT HOOD, TX, 76544, 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, is seeking proposals for Grounds Maintenance Services at Fort Hood, Texas, under Solicitation Number W9115125RA004. This procurement involves a non-personal services contract that spans five one-year ordering periods, requiring the contractor to provide all necessary personnel, equipment, and materials to maintain approximately 3,700 acres of grounds, including mowing, trimming, and chemical sterilant application. The contract is set aside for small businesses and has a total award amount of $10 million, with proposals due by 09:00 AM CST on October 20, 2025. Interested parties should direct inquiries to Ryan Hoover or Dylan Hanback via the provided email addresses and ensure compliance with all submission requirements to avoid rejection.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, "Attachment 1 – Subcontractor Consent Form," is a brief and repetitive file indicating that a Prime Contractor has the option to use their own subcontractor agreement form. The document's primary purpose is to acknowledge the existence of such a consent form within the context of government contracting, likely for federal RFPs, federal grants, or state and local RFPs. It highlights the flexibility given to prime contractors in managing their subcontracts, emphasizing that while a consent form is provided as an attachment, an alternative form may be utilized. The document is concise and directly addresses the administrative aspect of subcontractor agreements within a contracting framework.
    The "Specific Relevant Contracts Sheet" outlines requirements for offerors to demonstrate past performance on similar contracts when responding to solicitations. Offerors must provide detailed documentation for each relevant contract, including contract number, award date, type, original and final price/cost, and delivery schedules. The submittal needs to include contact information for procuring and administrative contracting officers, as well as technical representatives. A crucial component is a narrative explanation detailing the relevance of each contract, objectives achieved, and any cost growth or schedule delays encountered. Offerors must also explain reasons for any shortcomings and corrective actions taken. The document also requires submission of any negative performance documentation, such as cure notices, and a description of corrective actions. This sheet is designed to help assess an offeror's capability and reliability based on their past project execution.
    The Past Performance Questionnaire is a government document used to assess a firm's or agency's performance on a project. It serves as a structured feedback mechanism, likely for federal government RFPs, federal grants, and state/local RFPs. The questionnaire collects administrative details such as the firm's name, project name, period of performance, contract type, award and completion dates, and awarded/current contract values. It also identifies the assessing official, their contact information, and their association with the rated firm. The core of the document involves assessing various performance categories on a scale from 'Unsatisfactory' to 'Exceptional,' including quality of product/service, schedule adherence, cost control, business relations, management of key personnel, reliability, and customer support. There is also a section for overall performance and other specific areas, along with space for additional comments. This form is critical for evaluating past performance, which is a key factor in government procurement decisions and grant awards.
    The document outlines "ATTACHMENT C - PAST PERFORMANCE QUESTIONNAIRE AND COVER LETTER," a crucial component for Architect-Engineer (A-E) firms responding to SF 330 requests, specifically for Project 658-19-103, Renovate Surgical Suite Phase II, from VHA Network Contracting Office 6. Firms must provide questionnaires for at least three projects from their SF 330 Section F. The transmittal letter instructs references to complete Sections B (Evaluator Information) and C (Performance Information) and return them directly to the Government Contracting Specialist, Blake A. Grier, via email (blake.grier@va.gov) by August 28, 2019, 9:00 AM EST, not to the A-E firm. Section A collects general information about the A-E firm and project, including DUNS, contract details, and the firm's role. Section C provides a rating matrix (Exceptional to Unsatisfactory) for various factors across design services, follow-on construction support, LEED, BIM, and owner's representative roles. Narrative explanations are required for 'Marginal' or 'Unsatisfactory' ratings. The questionnaire also asks about design errors, cost increases, and whether the A-E firm would be reused, culminating in a narrative summary for comments. This attachment is critical for evaluating an A-E firm’s past performance, ensuring transparency and accountability in federal contracting.
    Attachment C outlines the Past Performance Questionnaire and Cover Letter required for Architect-Engineer (A-E) firms responding to federal government Requests for SF 330, such as Project 658-19-103 for the Salem VA Medical Center. The document specifies that firms must submit completed questionnaires for at least three past projects. The transmittal letter instructs evaluators to complete sections B (Evaluator Information) and C (Performance Information) of the questionnaire and return it directly to the Government Contracting Specialist, Blake A. Grier, by August 28, 2019, at blake.grier@va.gov. It explicitly states that the form should not be returned to the A-E firm requesting the reference. Section A requires general information about the A-E firm and the project, including project title, description, A-E responsibilities, contract details, and the A-E's role. Section C provides a rating matrix (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, N/A) for various performance factors, including design services, follow-on construction support, LEED, BIM, and owner's representative roles. A narrative summary is required for Marginal or Unsatisfactory ratings. Key evaluation criteria include overall skill, responsiveness, coordination, accuracy of documents, cost control, and overall management and technical performance. The questionnaire also asks if the A-E firm would be used again and requests details on design errors and associated cost increases.
    The government solicitation W9115125RA004 outlines a multi-year requirement for grounds maintenance services across various "Common Areas" and "High Visibility Areas" for three ordering periods, each lasting one year from November 1st to October 31st. The solicitation details numerous specific locations, identified by facility numbers, block numbers, or descriptive names (e.g., "Training Facility E. Murphy Road - Common," "Clear Creek Exchange - High Viz," "Belton Lake Outdoor Recreation Area"), along with their respective acreages. Services also include "Spray" areas for sterilant application, totaling 87.93 acres, to be treated twice annually. The document requires bidders to complete all sheets and fill out yellow-highlighted cells for "Price Per Unit TE-E1 Standard" and "Price Per Unit TE-E2 Standard" for High Visibility Areas, indicating a need for detailed cost breakdowns for different service levels. The overall purpose is to procure comprehensive groundskeeping and related maintenance for a large government facility or installation.
    The government solicitation W9115125RA004 outlines a multi-year requirement for landscaping and maintenance services across various "Common Areas" and "High Visibility Areas" within a federal installation. The period of performance spans three ordering periods: November 1, 2025, to October 31, 2026; November 1, 2026, to October 31, 2027; and November 1, 2027, to October 31, 2028. The services include general common area maintenance, high visibility area maintenance, sterilant spray applications (90.30 acres twice yearly), special cuts, and additional acreage services for locations like Belton Lake Outdoor Recreation Area (BLORA) and Camp Arrowhead. The document lists numerous specific locations and their corresponding acreage, totaling 3161.06 acres annually, to be maintained under TE-B1 (Common Areas) and TE-E1/TE-E2 (High Visibility Areas) performance standards. The solicitation requires bidders to complete all sheets and fill in yellow-highlighted cells for pricing.
    This government solicitation, W9115125RA004, outlines a recurring requirement for land management services across various "Common Areas" and "High Visibility Areas," along with "Spray Areas" and "BLORA" (Belton Lake Outdoor Recreation Area) for three consecutive ordering periods from November 1, 2025, to October 31, 2028. The document lists numerous specific locations and their corresponding acreage, totaling 3161.06 acres annually. Services include maintenance for common areas, high visibility areas, and sterilant spraying for 90.30 acres twice a year. The solicitation requires offerors to complete pricing for each ordering period under both "TE-E1 Standard" and "TE-E2 Standard (High Visibility Areas ONLY)" performance standards, with all cost cells currently blank and highlighted for completion.
    The document titled "Grounds Maintenance Main Contonement AOR Map FY 25" provides a geographical overview related to maintenance operations as of February 24, 2025, and was prepared by Installation Geospatial Information Services. It appears to focus on facilities within the specified area of responsibility (AOR) for that fiscal year. Further details on the map's content are not provided in the summary.
    The document appears to be an excerpt from a geospatial report related to various ponds and maintenance areas, including financial codes and geographical identifiers, indicating operational details for FY25. It references specific locations and administrative designations, with a legend that includes "Gray Lake." The report is dated February 24, 2025, and involves mapping and information services from the Department of Public Works.
    The document outlines various mowing areas, their corresponding acreage, and visibility levels for different locations as of August 1, 2025. It specifies several streets, geographic features, and facilities related to military installations, with an emphasis on their maintenance and management. Additionally, the visibility levels are predominantly marked as "RED: COMMON," indicating routine management needs and oversight.
    The document details multiple mowing areas within a designated region, stating their respective acreages and visibility levels, with a high visibility risk (RED) noted for each area. Specific mowing areas are identified along various streets such as Stadium Road, Clear Creek Road, and Tank Destroyer Boulevard, with some areas reported as having significant sizes, including one at 25.88 acres. The information is updated as of July 31, 2025, highlighting the management of these installations by local DPW (Department of Public Works) services.
    The document lists various spray areas in and around the Comanche Villages, detailing their locations, acreages, and the date of the latest imagery as of March 12, 2025. Specific areas such as Spray Areas 8B, 8E, 9, and others are noted along with respective acreages, drawing attention to their geographical identifiers, including street names like W Tank Destroyer Blvd and Stadium Rd. The information is intended for installation geospatial information purposes by the Department of Public Works (DPW).
    The document is an inventory of various areas and facilities, likely within a military installation such as Fort Hood (now Fort Cavazos) and its associated HAAF. It categorizes numerous locations, including specific buildings, roadsides, training areas, operational hubs, and recreational facilities. The areas are grouped into categories like "Common Areas," "High Visibility," and include detailed descriptions for each entry, such as "Base Operations & Tower RGAAF," "Kouma Village," and "Phantom Warrior Center." The inventory also provides associated acreage and spray data for some locations, with CLIN (Contract Line Item Number) designations, predominantly "0002 - QMUN" and "0001 - QMUN," suggesting a contractual or project-based context for managing these areas. The overall purpose appears to be a comprehensive listing and classification of real estate and facilities for management, maintenance, or operational planning within a government or military framework.
    The document provides a detailed list of areas and facilities, primarily located within a military installation identified by
    This government file outlines various facility maintenance and groundskeeping services, categorized by priority levels (Priority 1, 2, and 3 for DMO - Directorate of Public Works Maintenance Operations) and preventative maintenance (PMO). Services include "Sign Shop," "Exterior Electrical Shop," "Roads & Grounds," "Interior & Exterior Plumbing Shop," "HVAC Shop," "Carpentry Shop," "Interior Electrical Shop," "Sheet Metal Shop," "Lock Shop," and "Electronic Equipment Repair Shop." The document details estimated labor hours and pricing for each service, broken down into three capabilities, with "Total Prices" for each capability. Additionally, it specifies routine groundskeeping tasks such as grass cutting with varying height standards and frequencies for different areas (airfields, improved grounds, semi-improved grounds, fire breaks, and unimproved grounds), tree pruning, shrub trimming, ground repair, debris removal, landscaping maintenance, leaf collection, and lawn treatments. Each groundskeeping service also outlines different levels of service or frequency standards (e.g., 4Y, 3Y, 2Y, 1Y) across the three capabilities, often tied to safety visibility or interval requirements.
    The document details routine and preventative maintenance tasks for various shops and facilities, categorized by priority levels (1, 2, and 3) for DMO (Direct Mission Operations) and PMO (Preventative Maintenance Operations). Key areas include Sign Shop, Exterior Electrical Shop, Roads & Grounds, Interior & Exterior Plumbing Shop, HVAC Shop, Carpentry Shop, Interior Electrical Shop, Sheet Metal Shop, Lock Shop, and Electronic Equipment Repair Shop. Each task lists estimated labor hours and associated pricing, broken down into Capability 1, 2, and 3. Additionally, Capability 4 specifically outlines detailed grass cutting services for airfields, improved grounds (high visibility), and semi-improved grounds (common areas), specifying grass height, cutting intervals, and types of vegetation. This comprehensive breakdown serves as a pricing and service level guide for facility maintenance and groundskeeping operations.
    This government file outlines tasks and standards for grounds maintenance, specifically grass cutting services. It details required grass height specifications for general improved grounds (4 inches) and high-visibility areas (3 inches). The document specifies various grass types to be maintained, including Rye, Fescue, St. Augustine, Buffalo, Bermuda, Bent, Centipede, and Zoysia, encompassing all vegetation and weeds. The alternate task focuses on high-visibility improved grounds, such as main gates, parade fields, drill fields, schools, playgrounds, cemeteries, and athletic areas, ensuring adherence to Garrison grass cutting performance standards. This document serves as a scope of work or a section within an RFP for landscape maintenance services.
    Technical Exhibit F outlines the estimated annual special events, their locations, and estimated acreage. Events include Change of Command Ceremonies (15 per year, 643.95 acres), Memorial Services (5 per year, 214.65 acres), and Movies on the Lawn (6 per year, 64.8 acres). Other events such as Earth Day, Sunset Soundz, Independence Day, Base Fest, Garrison Organization Day, National Night Out, and Octoberfest are held annually with specific locations and acreages. Additionally, 20 miscellaneous VIP visits and service requests are anticipated annually, covering 858.60 acres across multiple locations. The exhibit notes that this information is subject to change, providing a planning overview for event logistics and land use.
    Technical Exhibit F outlines a comprehensive list of special events, detailing event types, estimated annual occurrences, locations, and approximate acreage. This document, likely part of a federal government RFP, grant, or state/local RFP, serves to provide essential planning information for event management and resource allocation. It includes a variety of events such as Change of Command Ceremonies, Memorial Services, Movies on the Lawn, and annual celebrations like Independence Day and Base Fest. The exhibit also accounts for miscellaneous VIP visits and service requests, indicating the dynamic nature of event planning. Locations vary from specific buildings and fields to larger areas like Cavazos Stadium and the Sportsman Center Picnic area. The document emphasizes that this exhibit is subject to change, highlighting the need for flexibility in event planning and resource management. This information is crucial for potential contractors or grant applicants to understand the scope of services required for event support and facility management.
    Technical Exhibit G details the Hazardous Material Inventory for a Grounds Maintenance Service Contract, specifically focusing on pesticides. The document outlines a structured format for listing pesticide trade names, active ingredients, their percentage, target pests, and application sites. It also includes fields for EPA Registration Number, Federal RUP status, and EPA Status, along with a comments section. This exhibit is a critical component for ensuring regulatory compliance and safe handling of hazardous materials, particularly pesticides, within the scope of federal government RFPs, federal grants, and state/local RFPs related to grounds maintenance services.
    Fort Cavazos Form 200-19,
    Technical Exhibit I clarifies that the contractor is responsible for purchasing utilities services directly, not through the government. This indicates that the government will not provide or facilitate utility services for the contractor, placing the onus entirely on the contractor to manage and pay for these services independently. This stipulation is crucial for federal government RFPs, federal grants, and state/local RFPs, as it defines financial and operational responsibilities for utility procurement.
    The "Technical Exhibit I – Contract for Sale of Utilities Services" specifies that contractors are responsible for purchasing their own utility services directly, rather than through the government. This indicates that for relevant government solicitations, such as RFPs or grants, the cost and procurement of utilities will be managed by the contractor independently. This clause clarifies the financial and operational responsibilities related to utility services, ensuring that government entities are not involved in these direct transactions and that contractors factor these costs into their proposals.
    The Fort Cavazos CHEMICAL STERILANT USE PROPOSAL-CONTRACTOR outlines the proposed use of various chemical sterilants and baits for pest control at Fort Cavazos, Texas, for the fiscal year 2025. The document details specific pesticide trade names, their EPA registration numbers, active ingredients, target pests, application sites, and relevant comments. Key products include Optigard Ant Bait Gel, Invict Blitz Ant Bait, Maxforce FC Ant Bait Stations, Invict Gold Roach Bait, and Extinguish Plus Fire Ant Bait. The proposal specifies the active ingredients and their percentages, such as Thiamethoxam, Imidacloprid, Fipronil, Hydramethylnon, and S-Methoprene. Application instructions and precautions are noted, such as indoor and outdoor use as per the label, limitations in food areas for cockroach baits, and weather considerations for fire ant baits. The document also includes administrative details like the installation name, submission date, and approval information, indicating a structured approach to pest management in a government facility.
    The EM 385-1-1 manual, effective March 15, 2024, is a major revision of the U.S. Army Corps of Engineers' Safety and Occupational Health Requirements. It updates the previous 2014 edition by changing its title, incorporating a new U.S. Corps of Engineers Safety and Occupational Health Management System (CE-SOHMS), and eliminating the term "Government Designated Authority" (GDA). The revision streamlines the document to reduce redundancies and introduces new requirements for Site Safety and Health Officers, fire prevention and protection, vehicles, machinery, and mechanized equipment (including defensive driving), loading handling equipment medical evaluation, blasting, sanitation, and uncrewed aircraft. It also integrates the Army Electrical and Hazardous Energy Control (HEC) Safety Program. The manual establishes workplace standards to protect employees from hazards and applies to all USACE elements and contracts, ensuring compliance with federal, state, and local requirements. It outlines roles, responsibilities, inspection requirements, and detailed Activity Hazard Analysis (AHA) and Site-Specific Safety & Occupational Health (SOH) Plan requirements to ensure risk management and accident prevention.
    The Installation Management Command (IMCOM) file, dated February 21, 2019, details efforts for bluebonnet seeding and the establishment of a Bee, Bird, Bat, and Butterfly Garden and Native Grassland. The document outlines specific areas for bluebonnet seeding in FY19, including Keith Ware Hall, Main Gate, East Gate, and Clear Creek Gate. It also provides facts about bluebonnet seeding, such as flowering times, seed maturation, and harvest periods, noting that seeds are available for purchase in late summer using BOS funds. The file references TXDOT/State procedures for bluebonnet planting, which include seeding in freshly disturbed soil after construction, refraining from mowing until June 1, and using double/triple the amount of seeds. This information supports IMCOM's mission to integrate and deliver base support for Army readiness, contributing to environmental initiatives on military installations.
    The document provides a comprehensive list of pesticides authorized for use at Fort Cavasos, Texas, for the fiscal year 2023. It details various pesticide trade names, their active ingredient(s), and corresponding registration numbers (US EPA or Host Nation). The list includes a wide range of products for pest control, weed management, and rodenticides, highlighting the installation's integrated pest management (IPMC) program. The document specifies contact information for the IPMC representative and the PMC reviewer, along with approval dates. It also notes certain product-specific restrictions or transfer of registrations, emphasizing compliance with regulations. This file is crucial for understanding the authorized chemical agents used for environmental management at this federal facility.
    This document, Wage Determination No. 2015-5237, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Bell and Coryell Counties, Texas. It details two primary executive orders: EO 14026 for contracts entered into or renewed after January 30, 2022, requiring a minimum of $17.75 per hour, and EO 13658 for contracts awarded between January 1, 2015, and January 29, 2022, mandating $13.30 per hour. The document also specifies health and welfare benefits, including a rate for contracts covered by EO 13706 for paid sick leave, and sets forth vacation and holiday entitlements. It provides guidelines for exempt computer employees and outlines hazardous pay differentials and uniform allowances. The conformance process for unlisted occupations, requiring SF-1444 submission, is also detailed.
    The government file W9115125RA004 outlines performance objectives and standards for grounds maintenance, specifically for TE-P PRS Grounds Maintenance. Key performance areas include mowing and trimming for high visibility areas (with two different grass height standards of 6" and 4" inches) and common areas (10" inches grass height). For all mowing tasks, contractors must remove trash, debris, litter, and broken limbs. Chemical sterilant spraying services are also required for designated areas. A 96% Acceptable Quality Level (AQL) is set for these tasks, with annual assessment via CPARS. Additionally, the file includes a 100% compliance requirement for Combating Trafficking in Persons (FAR 52.222-50), mandating contractors to inform employees of the US Government's zero-tolerance policy and potential disciplinary actions for violations.
    The document W9115125RA004, titled "TE-P PRS Grounds Maintenance," outlines performance standards and assessment criteria for grounds maintenance services, including mowing, trimming, and chemical sterilant spraying. Key performance objectives include maintaining grass height at specified levels (6 inches or 14-day interval for high-visibility areas, 4 inches for alternate high-visibility, and 10 inches or 21-day for common areas) and removing trash and debris before tasks. A 96% Acceptable Quality Level (AQL) is required for these services, with performance assessed annually via CPARS. The document also mandates 96% compliance for chemical sterilant spraying services in designated areas. Additionally, it includes a 100% compliance requirement for Combating Trafficking in Persons (FAR 52.222-50), obligating the contractor to inform employees of the U.S. Government's zero-tolerance policy and potential disciplinary actions for violations. Monthly payment deductions will be applied for non-compliance with mowing standards.
    The "Grounds Maintenance Follow-on" document outlines performance requirements for grounds maintenance services, likely a federal government RFP. It specifies acceptable quality levels (AQL) and inspection methods for tasks such as mowing and trimming in high-visibility and common areas, and chemical sterilant spraying. Key performance standards include grass height limits (6" for high-visibility, 10" for common areas) and intervals (14 or 21 days), along with requirements for debris removal before tasks. The document also mandates 100% compliance with FAR 52.222-50 c regarding combating trafficking in persons, requiring contractors to inform employees of the zero-tolerance policy and potential disciplinary actions. Payment deductions will be applied for non-compliance with mowing standards.
    Fort Hood's Environmental Policy (DPW-04), effective June 1, 2019, outlines the military reservation's commitment to environmental sustainability. Applicable to all personnel, this policy aligns with Executive Order 13834 and Army Regulations 200-1. It supports the Army's broader strategy for energy security and sustainability, focusing on reducing waste, energy, and water consumption. Fort Hood aims to continually improve environmental stewardship, prevent pollution, ensure leadership oversight, comply with legal requirements, and instill a sense of responsibility in all personnel to protect the environment. This policy is crucial for preserving natural and fiscal resources, enhancing readiness, and maintaining mission capability.
    III Corps & Fort Hood Regulation 200-1, dated April 15, 2014, outlines environmental policies, responsibilities, and procedures for protecting the environment, preserving natural and cultural resources, and managing hazardous materials and waste at Fort Hood. This regulation, which supersedes the July 15, 2004 edition, incorporates updates from the National Environmental Policy Act of 1969, details the roles of various directorates and committees like the Environmental Quality Control Committee, and revises guidelines across several environmental programs. Key changes include updated requirements for water resource management, storage tank systems, oil and hazardous substance spill response, hazardous material and solid waste management, air quality, cultural resource management, and excavation and water use permits. The document emphasizes compliance with federal, state, and local environmental laws, outlining punitive provisions for violations and stressing the importance of continuous environmental training and technical assistance.
    III Armored Corps and Fort Hood Regulation 200-1, dated October 15, 2024, outlines policies and procedures for environmental protection, natural and cultural resource preservation, and hazardous material/waste management at Fort Hood. This updated regulation incorporates new information from the National Environmental Policy Act of 1969 (NEPA), revised Environmental Compliance Officer (ECO) appointment and training requirements, and new mandates for the Environmental Quality Control Committee (EQCC). Key changes include renaming chapters to Water Resource Management Program, Dig Permits, Natural Resources Management, Pollution Prevention, NEPA, and Sustainability and Net Zero Programs. It also details new procedures for storage tank systems, spills prevention, control, and countermeasure plans (SPCCP), and facility response plans (FRP). The regulation applies to all units, activities, contractors, residents, and visitors on Fort Hood, with penalties for violations ranging from UCMJ prosecution to federal and state fines. The Directorate of Public Works (DPW) Environmental Division is responsible for ensuring compliance and providing guidance, while all commanders, directors, and managers are tasked with implementing environmental programs and training personnel. The document emphasizes minimizing hazardous materials, preventing pollution, and recycling to protect public health and the environment.
    The Fort Cavazos Memorandum of Instruction establishes procedures for landscaping and tree care, promoting native vegetation and creating a Tree Board to oversee preservation, protection, replacement, planting, and maintenance of trees within cantonment areas. The MOI outlines definitions for 'tree' and 'heritage tree,' establishes the Tree Board's composition and responsibilities (chaired by the Installation Agronomist), and details standards for tree planting, care, and maintenance, including specific pruning guidelines and a prohibition on tree topping. It also sets forth a tree preservation, protection, and replacement policy, requiring specific replacement ratios for removed trees (e.g., 10:1 for heritage trees) and outlining exemptions. A comprehensive list of approved plants, categorized by size and type, is included. The document emphasizes the importance of trees for environmental and community benefits. Contact information for the Fort Cavazos Agronomist and Wildlife Management Team Supervisor is provided.
    The document outlines a comprehensive deliverables schedule for a government contract, detailing various reports, plans, and training requirements. Key deliverables include monthly personnel lists, daily and monthly status reports, and quarterly summaries. Specific reports are required for incidents such as damage, accidents, and emergencies, often with short submission deadlines. Compliance-related deliverables cover physical security plans, anti-terrorism training, iWatch, OPSEC, environmental, and OSHA compliance, as well as hazardous material inventories and safety data sheets. Administrative requirements include contractor identification, key personnel lists, phase-in plans, and various other plans like key control, quality control, spill plans, and contingency plans. Many deliverables specify electronic submission to the Contracting Officer Representative (COR), with some requiring verbal reports followed by written documentation. Training requirements, such as AT-1, iWatch, OPSEC, and TARP, are mandated for employees within a set period after contract award or hire. The schedule also covers specific operational reports like weed control, traffic flow notifications, and monthly custodial reports. This detailed schedule ensures consistent communication, adherence to safety and security protocols, and overall project management for the contract.
    This document provides historical staffing data for maintaining 3,700 acres of grass, emphasizing that it is for reference and not a directive. Historically, a strategic staffing approach included 3 supervisors, 63 mowing operators, 2 support staff, and 1 safety officer. The plan also covered a rotating schedule with dedicated teams for efficiency, proper equipment allocation with redundancy, contingency planning for weather, and regular training for safety and compliance. The overall aim was to prioritize efficiency, safety, and quality for large-scale operations, with flexibility for adjustments based on site conditions.
    The Performance Work Statement (PWS) outlines grounds maintenance services for the U.S. Army Garrison Fort Hood, Texas. This non-personal services contract spans five one-year ordering periods, including 30-day phase-in and phase-out periods. The contractor is responsible for providing all personnel, equipment, supplies, and supervision to perform grounds maintenance tasks across approximately 3,700 acres, including mowing, trimming, edging, debris removal, and chemical sterilant application. Key requirements include adherence to federal, state, and local laws, maintaining professional appearance, and ensuring safety and security protocols. The PWS details contractor and government roles, security requirements, key control, and personnel qualifications, emphasizing a performance-based, results-oriented approach with a focus on innovation and commercial best practices.
    This presolicitation notice announces the U.S. Government's intent to procure Grounds Maintenance Services for U.S. Army Garrison Fort Hood, Texas. The requirement, W91151-25-R-A004, will be a 100% Small Business Set-Aside under full and open competition. This notice is for information and planning only and does not constitute a solicitation or a promise to issue one. The anticipated NAICS code is 561730 - Landscaping Services, with a $10,000,000 size standard. The services will continue from a previous contract (W91151-20-C-0014), with an anticipated performance period from December 2, 2025, to December 1, 2030, including a base year and four ordering periods. Interested parties should monitor SAM.gov for the solicitation's release within the next 30 days. Contact MAJ Dylan J. Hanback at dylan.j.hanback.mil@army.mil for inquiries.
    This government solicitation (W9115125RA004) is an Indefinite Delivery/Indefinite Quantity (IDIQ) request for proposals for Grounds Maintenance Services at Fort Hood, Texas, set aside for Women-Owned Small Businesses (WOSB). The contract, with a total award amount of USD 10,000,000.00, will run from November 1, 2025, to October 31, 2030, with options to extend. Services include mowing, trimming, debris removal, and policing, with specific tasks outlined for general grounds maintenance and special cuts across various ordering periods. A mandatory industry day and site visit is scheduled for September 17, 2025. Key clauses cover limitations on subcontracting, post-award small business program rerepresentation, and payment instructions via Wide Area WorkFlow (WAWF). The evaluation criteria prioritize technical capability and past performance over price. The contract outlines minimum and maximum order limitations of $500 and $4,000,000 respectively.
    This Performance Work Statement outlines the requirements for non-personal grounds maintenance services at Fort Hood, Texas. The contract, spanning five one-year ordering periods with 30-day phase-in/out periods, covers approximately 3,700+ acres including the Main Cantonment, West Fort Hood, and Belton Lake Outdoor Recreation Area. Services include mowing, trimming, edging, debris removal, chemical sterilant application, tree care, and irrigation system maintenance, all to be performed to specified standards, ensuring a healthy, clean, neat, and professional appearance. The contractor must provide all personnel, equipment, and supplies, adhering to all federal, state, and local laws, and security regulations. Key personnel, including a Project Manager/SSHO and Quality Control Manager, are required, with specific qualifications and responsibilities. The document details operational hours, holiday schedules, emergency procedures, traffic flow management, and restoration of property damage. It emphasizes safety, environmental compliance, and the contractor's responsibility for quality control and adherence to performance standards.
    This government Performance Work Statement (PWS) outlines requirements for comprehensive grounds maintenance services at Fort Hood, Texas. The contract, a firm-fixed-price non-personal services agreement, spans a one-year base period with four optional one-year extensions, beginning December 2, 2025. The contractor must provide all personnel, equipment, and materials for tasks including mowing, trimming, edging, debris removal, fertilizing, seeding, tree/shrub maintenance, irrigation, and weed control across approximately 3,700 acres, ensuring a professional appearance. Key requirements include adherence to federal, state, and local laws, environmental compliance, and robust security protocols such as background checks, anti-terrorism training, and a physical security plan. The contractor must also designate key personnel, including a Project Manager/Site Safety Health Officer and Quality Control Manager, with specific experience and certifications. The PWS details government and contractor responsibilities, emphasizing clear communication, safety, and timely restoration of any property damage. It also provides an extensive list of definitions and acronyms relevant to the services.
    This government solicitation amendment outlines significant changes to an existing Request for Proposal (RFP) for Grounds Maintenance services. Key updates include the addition and modification of various Federal Acquisition Regulation (FAR) clauses, particularly FAR 52.212-5, which details contract terms and conditions implementing statutes and executive orders for commercial products and services. The amendment also modifies instructions for offerors, specifying new proposal submission guidelines, contact information, and critical deadlines. Proposals must be submitted electronically by October 13, 2025, and adhere to strict formatting and content requirements across four volumes: General, Technical, Past Performance, and Cost/Price. Offerors must be registered in SAM.gov and provide detailed plans for equipment, staffing, quality control, and phase-in. Past performance documentation is limited to the last five years, and cost/price proposals require specific formatting and narrative explanations. The amendment underscores compliance with federal regulations, detailed submission protocols, and stringent evaluation criteria.
    The document, dated October 1, 2025, details revisions to Attachment 5 Pricing Sheet, specifically concerning acreage adjustments for various common and high-visibility areas. Several areas, including YD012 Spray, 12B – ADD, and GM-11 ADD, were removed from the sheet, with their acreage incorporated into other designated areas. New common areas such as GM-6815 (2.94 acres) and MWR-1 (1.53 acres) were added. Additionally, numerous existing common areas, including GM-18, SOW, GM-41, 36000, 16, 12B, 10, 9, 8C, 8J, 8H, GM-45, and High Vis Area AAFES – 3, had their acreages adjusted. A new high-visibility area, GM-10041 (0.84 acres), and Common Area SPG6 (0.70 acres) were also introduced. The total mow area is now 3,161.06 acres, and the total spray area is 90.30 acres, reflecting a change from 87.93 acres to 90.30 acres. These changes are crucial for accurate pricing within government RFPs related to land management and maintenance.
    An RFI clarification addresses an error in the "Attachment 5 Pricing Sheet 20250930 (Amendment 1 Revision)" where TE-E2 standard pricing cells were unhighlighted. This has been corrected in the updated document, "Attachment 5 Pricing Sheet 20251002 (REVISED)," which should be used for proposal submissions. This ensures accurate pricing information for all vendors.
    This document is an amendment to Solicitation Number W9115125RA004 for Grounds Maintenance services. The primary purpose of this amendment, effective October 9, 2025, is to extend the solicitation closing date from October 13, 2025, to October 20, 2025, at 09:00 AM CST. Additionally, it updates instructions for offerors, specifically regarding proposal submission via email to MAJ Dylan J. Hanback and Ryan D. Hoover. The amendment also details the structure and content requirements for proposals, which must include four volumes: General, Technical, Past Performance, and Cost/Price. It specifies page limits for each volume, formatting guidelines, and instructions for submitting exceptions, certifications, and past performance questionnaires. Offerors are reminded to be registered in SAM.gov and to ensure their proposals comply with all stated requirements to avoid rejection.
    This document is a map legend for the Grounds Maintenance Main Containment Area of Responsibility (AOR) for fiscal year 2025, dated February 24, 2025. It is produced by Installation Geospatial Information Services. The content appears to be related to standard maintenance and operational planning for military or government facilities.
    The document appears to be a geospatial information map related to maintenance and resource allocation for various ponds and locations within a designated area, with references to specific codes and coordinates. It includes financial details (notably "90.20€") and is dated February 24, 2025. The focus seems to be on the operational areas for grounds maintenance and related services.
    The document outlines various mowing areas within military installations, detailing specific locations, acreages, and visibility levels marked as "common." Each entry includes a unique identifier, descriptions of surrounding features, and notes on the associated environmental monitoring status as of September 2, 2025. Additionally, it highlights facilities like dog and horse ponds, training sites, and various infrastructures relevant to department of public works (DPW) operations.
    This document appears to be an extensive geospatial report listing various locations, mowing areas, and visibility levels across different roads and areas, including details such as acreage, associated agencies (e.g., MWR, AAFES), and maintenance schedules effective until October 1, 2025. It seems to be aimed at facilities management or landscape maintenance on a military installation, tracking areas of land utilized or maintained for specific purposes, including recreational and operational functions. It includes a significant amount of numeric data related to visibility levels, mowing zones, and geographic coordinates but lacks coherent structure due to formatting issues.
    The document outlines mowing areas and related information for various locations, featuring details such as acreage, visibility levels, and the status of the areas as of September 2, 2025. It identifies high visibility levels (red) across numerous areas, indicating potential safety concerns and maintenance needs. The areas include residential, commercial, and military sites with specific naming conventions for each zone.
    The document outlines various mowing areas around military installations, detailing the acreage, visibility levels, and the specific locations of each area, all marked with the identification codes provided by AAFES and DPW. Most areas are classified under high visibility levels and are set for mowing as of October 1, 2025. The data is structured for operational planning and land management purposes within the installation's geospatial framework.
    The document details various spray areas and their associated acreages located within a specified region, along with features such as street names and geographical identifiers for each area. It includes information up to the date of October 1, 2025, and highlights locations within the Department of Public Works jurisdiction. Each spray area is mapped with a specific legend for features and their sizes, indicating ongoing installations and environmental monitoring efforts.
    This government file addresses questions from potential offerors regarding a contract, identified as W9115120C0014 on FPDS.gov. Proposals and questions are to be submitted via email to Mr. Ryan Hoover and MAJ Dylan Hanback, with all deadlines adhering to Central Daylight Time (CDT/CST). An optional site visit was conducted, covering nine key locations including Belton Lake Outdoor Recreation Area (BLORA), 69th ADA Footprint, Yoakum-Defrenn Heliport, 88030 Warrior Way, 1001 High Visibility Area, the Stadium, West Fort Hood Clinic, and a parking lot at 90129. The site visit emphasized coordination with various staff, attention to maps due to joint responsibilities, and specific grounds maintenance challenges such as ongoing construction, tight spaces, and areas for special events. No further site visits are planned, but vendors can request base access for their own observations.
    This government file addresses numerous vendor questions regarding a grounds maintenance solicitation, focusing on discrepancies in acreage, mowing frequencies, and contract specifics. Key issues include reconciling the 3,700 acres referenced in the solicitation with the 3,139.77 acres on the pricing sheet, with the government advising vendors to price based on Attachment 5. It clarifies that approximately 75 special cuts were performed over the last two years, but historical mowing frequency data is unavailable. The document also addresses inconsistencies in performance objective definitions, acceptable quality levels (AQLs) for mowing, and the calculation of payment deductions for non-compliance. It confirms that leaf removal is not a contract requirement and that liquidated damages will be assessed per acre for non-compliance, with amounts determined before contract award. The contract type is clarified as Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) pricing. Additionally, it removes erosion control as the predominant work in common areas and outlines the five 12-month ordering periods as the government's intent for the entire five-year period, subject to funding availability.
    This government file addresses various questions and clarifications regarding a Grounds Maintenance Request for Proposal (RFP). Key discussion points include the technical proposal page count, past performance evaluation criteria (specifically regarding acreage and relevancy), and the inclusion of FAR clauses 52.222-41, 52.222-43, and 52.222-44. The document also clarifies pricing submission requirements, the definition of "Job" for billing purposes, and the unit price for maintaining areas. It outlines responsibilities for special event cuts, chemical use, and weed control, emphasizing compliance with Technical Exhibits. The government also clarifies that there is no minimum size requirement for past performance, and evaluations will be based on individual proposals. Additionally, the file addresses contractor responsibilities for tree maintenance, airfield mowing, and current conditions at phase-in, along with details on laydown yards and authorized personnel access. It further clarifies acreage discrepancies, performance standards (TE-E1 and TE-E2), and the applicability of various PWS sections.
    Lifecycle
    Similar Opportunities
    Grounds Maintenance Services TX019
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal Grounds Maintenance Services at the Corpus Christi ARC in Corpus Christi, Texas. The procurement includes a base period of performance from December 16, 2025, to December 15, 2026, with the potential for four additional option years and a six-month extension of services. These landscaping services are crucial for maintaining the operational readiness and aesthetic quality of military facilities. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or by phone at 520-706-0368 for further details regarding this Total Small Business Set-Aside opportunity.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    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.
    Staging/Marshaling Area
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a Staging/Marshaling Area at Fort Hood, Texas. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is designated as a Total Small Business Set-Aside under FAR 19.5. The construction of this facility is critical for supporting military operations and logistics, ensuring efficient staging and marshaling of equipment and personnel. Interested contractors should reach out to Jacqueline Cole at jacqueline.j.cole@usace.army.mil or call 314-526-1002 for further details, as the presolicitation notice indicates that additional project specifics are available in the attached documentation.
    Roads & Grounds Services
    Buyer not available
    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.
    W912HN26RA003 - Hartwell O/M Project
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Hartwell Operations and Maintenance Project (RFP W912HN26RA003) to provide comprehensive maintenance, repair, and minor construction services across various facilities associated with the Hartwell Project in Georgia and South Carolina. The contract encompasses a wide range of services, including cleaning, landscaping, equipment maintenance, and emergency response, aimed at ensuring the operational integrity of facilities such as campgrounds, dams, and the power plant. This opportunity is set aside for small businesses under the NAICS code 561210, with a firm-fixed-price contract expected to be awarded following a competitive negotiation process. Interested parties must maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals by the deadline of January 5, 2026. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 912-652-5619.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, Connecticut. The contract requires the provision of all labor, equipment, materials, and transportation necessary to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct 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 under the NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining the landscape for environmental and recreational purposes. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Grounds Maintenance USAG Ansbach
    Buyer not available
    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.
    Oologah Lake PCMC, OK
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for landscaping services at Oologah Lake in Oklahoma, under the jurisdiction of the Tulsa District. This procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to enhance the groundskeeping and landscaping of the area, which is vital for maintaining the aesthetic and functional quality of the site. Interested contractors should reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or call 918-669-4396 for further details regarding the solicitation notice W912BV26QA009. The specific funding amount and deadlines for submission have not been provided in the overview.