Grounds Maintenance Services for Facility MO015 at Joplin, MO
ID: W911SA25QA081Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Landscaping Services (56173)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting bids for Grounds Maintenance Services at the Army Reserve facility MO015 in Joplin, Missouri. The contract requires comprehensive lawn maintenance, including mowing, aeration, weed control, and seasonal clean-ups, with a performance period spanning from April 1, 2025, to March 31, 2026, and options for extensions through March 2030. This procurement is crucial for maintaining the facility's grounds to ensure a clean and professional appearance while adhering to safety and regulatory standards. Interested small businesses, particularly those that are women-owned, must submit their proposals by the specified deadline, with an estimated total award amount of $9,500,000. For further inquiries, potential bidders can contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil or Misty Branam at misty.s.branam.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance at the Army Reserve facility MO015 in Joplin, MO. The contractor is tasked with providing all necessary personnel, equipment, and supplies to ensure the upkeep of the grounds, including lawn maintenance, aeration, weed control, and seasonal clean-ups. The contract spans one base year with four optional extensions and specifies active maintenance periods from April to November. Quality control is emphasized, with processes for addressing nonconformance and performance evaluations led by the Contracting Officer Representative (COR). Key responsibilities include maintaining a clean and professional appearance of flora, following safety protocols, and ensuring compliance with regulations such as the use of herbicides. Additionally, the contractor must keep records of service tickets and facilitate training for employees on anti-terrorism and operations security. Overall, the PWS ensures that the contractor meets high standards for maintaining the facility while adhering to government requirements and protocols for contractor performance and safety.
    The document presents a Contractor Requirements Package tailored for federal contracts concerning Antiterrorism (AT) and Operations Security (OPSEC) compliance. It mandates that all requirements packages, except for a few specified exceptions, must include an AT/OPSEC cover sheet. The Army's policy stipulates a review by the organizational antiterrorism officer (ATO) and OPSEC officer for all contracts, ensuring adherence to security regulations. Key elements detailed include mandatory AT Level I training for contractor personnel, background checks for facility access, information assurance training, and various performance measures related to handling classified information and controlled unclassified information. The document also outlines protocols for training and procedures for contractors accompanying U.S. Armed Forces overseas and those performing in foreign countries. The structured content identifies standard contract language requirements and additional clauses necessary for compliance. The focus is to enhance security measures in federal contracts and ensure contractor awareness and preparedness in dealing with potential threats, ultimately safeguarding U.S. interests. This adherence to AT and OPSEC protocols serves to mitigate risk in federal contracting operations.
    The document outlines performance objectives and standards for contractors providing lawn maintenance services under a federal contract. Key requirements include issuing Identification Badges to employees, using herbicides only as approved, and submitting service tickets for all completed work. Each employee must have an ID badge containing the company name, employee name, and a recent photo, which must be submitted to the Contracting Officer Representative (COR) before entering government facilities. Performance compliance is incentivized with positive narratives in the Contractor Performance Assessment Reporting System (CPARS) and full payment for services, while non-conformance can lead to corrective action requests, negative CPARS results, and reduced payments. Service tickets must document the services performed, date, and signatures from both the contractor and COR. The contractor must detail specific maintenance activities, including initial, spring, and fall clean-ups, ensuring compliance with lawn type and drawings. The structured approach emphasizes accountability, effective service delivery, and adherence to safety and chemical usage regulations, reflecting the broader context of federal grant and RFP requirements for quality outcomes and contractor management.
    The document outlines the required deliverables for a government contract regarding safety, training, and service activities. Key deliverables include Safety Data Sheets (SDS), identification of contract employees, and various training certifications (AT Level I, OPSEC Level I, and iWATCH). These must be submitted either in print or electronically to the Contracting Officer Representative (COR) within specific timeframes, such as within 30 days after contract initiation or employee hiring for training certifications. Additionally, it details requirements for reporting on fertilizer applications and service tickets to be submitted with invoices, emphasizing a 30-day timeline for submission post-work completion. Insurance documentation must be emailed within 10 days of contract award and annually thereafter. The structured delivery of these reports ensures compliance with federal guidelines and operational effectiveness. Overall, the document serves as a comprehensive guide for contractors to fulfill explicit reporting and compliance milestones essential for government procurement and operations.
    The document outlines the wage determination details for Joplin, located in Jasper and Newton counties, Missouri. It includes the specific wage determination log number (MO015), relevant facility ID, and the applicable wage determination number (2015-5085), along with the date of the last revision (23-Dec-24). For comprehensive wage determination information, it directs users to visit the official SAM government website and search using the provided wage determination number. This document is key for entities involved in federal grants and RFPs, as it ensures compliance with wage standards for contracts within that geographical area, aligning with federal labor regulations and promoting fair labor practices.
    The MO015 Grounds Maintenance Services Price Schedule outlines the pricing structure for various grounds maintenance services to be contracted over a designated period. It includes detailed Contract Line Item Numbers (CLINs) for multiple service categories such as Type I Mowing, Weed & Feed treatments, and Spring & Fall Clean-Up, each specified for the base period and four subsequent option periods. Each CLIN provides spaces for quantity, unit price, and total cost for services rendered monthly or annually, thereby facilitating budget assessments and contractor bidding processes. Moreover, the document includes instructions for filling out the pricing schedule, emphasizing accuracy in entries and automatic calculations for totals. This file is part of the federal government’s Request for Proposals (RFP) related to grounds maintenance, which ultimately supports local and federal initiatives by ensuring maintained public spaces and compliance with contractual obligations.
    The document outlines federal initiatives for research and development funding, detailing the processes for federal grants, RFPs (Request for Proposals), and collaborations at the state and local levels. Key objectives include promoting innovation, improving infrastructure, and advancing public health through various grant programs. The structure includes an overview of available funding sources, eligibility criteria for applicants, and the submission process for proposals. Emphasis is placed on inter-agency cooperation and partnerships with academic institutions and industry leaders to leverage resources and expertise. The document seeks to encourage a broader range of stakeholders, including non-profits and small businesses, to engage in government-funded projects. Overall, this initiative aims to stimulate economic growth and enhance service delivery by securing effective proposals that align with federal priorities and community needs.
    The document outlines the approved standard list of pesticides available for use by Department of Defense (DoD) components and agencies, managed by the Armed Forces Pest Management Board (AFPMB). It emphasizes the requirement for pre-approval by professional pest management consultants for pesticide usage, applicable to both purchased and locally procured products. The use of these pesticides is restricted to trained and certified applicators, ensuring adherence to safety and effectiveness protocols. The document is structured into multiple sections: herbicides/fungicides, insecticides, rodenticides, repellents, FIFRA 25(b) exempt products, and surfactants. Each section details specific product types, including their National Stock Numbers (NSN), packaging, applicable users, and Acquisition Advice Codes. Additionally, it encourages engagement with the DLA’s Emergency Supply Operations Center for urgent requests related to pesticides and equipment. The pesticide mode of action (MOA) codes are also provided for better understanding of the chemical classes and physiological functions they affect. This document reflects compliance regulations and safety protocols essential for managing pest control within the military context, thereby supporting operational readiness and environmental health.
    The On Site Service Ticket for Grounds Maintenance outlines the necessary procedures for service provision under government contracts. It stipulates that contracted vendors must document each service performed, including various lawn maintenance tasks such as mowing, edging, trimming, and chemical applications, with a requirement for chemical reports where applicable. The ticket includes sections for vendor employee names and designated representatives for check-in and check-out processes. Importantly, it states that submission of the service ticket does not imply acceptance or inspection of services and that the government reserves the right to inspect any contracted work at their discretion. This document supports the execution of maintenance contracts while ensuring accountability and compliance in public sector landscaping services.
    The Universal Pest Management Application Reporting Form, developed by the 88th Readiness Division, serves as a standardized documentation tool for pest control operations. Each application requires the completion of a separate form that includes critical information such as the date of application, location details (indicating whether the area is inside or outside and specifying facility name), types of pest control methods, site description, and specific pests addressed. Furthermore, the form collects data on the area treated, applicator's name, details of pesticides/herbicides used—including trade names, active ingredients, and amounts—along with the applicator's certification details and comments on external conditions. This systematic approach ensures accountability and regulatory compliance for pest management operations, highlighting environmental safety considerations and allowing for thorough record-keeping in line with federal and local guidelines. The purpose of this form aligns with government practices to manage pest control efficiently and safely, contributing to public health and environmental sustainability.
    The document outlines a solicitation for grounds maintenance services under the Women-Owned Small Business (WOSB) program, specifically within the context of federal procurement processes. It details the requisition and contract numbers, solicitation dates, and deadlines for bid submissions. The services required include grounds maintenance, weed control, and seasonal clean-up, spanning a base year with multiple option years. The total award amount is estimated at $9,500,000, and the performance period is set from April 1, 2025, to March 31, 2026, with additional options extending up to March 2030. Compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and Department of Defense Acquisition Regulation Supplement (DFARS), is emphasized, alongside clauses related to performance assessments and contractor obligations regarding insurance and legal adherence. Additionally, the document specifies the necessity for contractors to report on their manpower data and details the evaluation criteria for contractor performance. This solicitation aims to foster small business participation, particularly among women-owned businesses while ensuring efficient and compliant contract execution and management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Grounds Maintenance Services for MO001, Belton, MO
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide Grounds Maintenance Services for the facility located in Belton, Missouri. The contract, identified by requisition number W911SA25QA073, encompasses essential services such as basic grounds maintenance, weed control, and seasonal cleanup, with a total award amount of approximately $9.5 million for the period from February 18, 2025, to March 31, 2026. This procurement is particularly significant as it aligns with federal initiatives to promote diversity in contracting, targeting women-owned small businesses. Interested parties should reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further details and to ensure compliance with the outlined federal regulations and requirements.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 located in Dodge City, Kansas. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-up, with a focus on maintaining the aesthetics and functionality of the facility's outdoor areas. This procurement is critical for ensuring the upkeep of government properties and compliance with federal standards, reflecting the importance of maintaining a professional appearance for Army installations. The total contract value is estimated at $9,500,000, covering a base period from April 1, 2025, to March 31, 2026, with four optional renewal periods. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to ensure compliance with the submission timelines.
    Grounds Maintenance Services for KS065 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at Army Reserve facilities located in Pittsburg and Parsons, Kansas. The procurement includes a base contract period of one year, with the potential for four additional option years, covering services such as monthly maintenance, seasonal clean-ups, and pest management. These services are critical for maintaining the aesthetic and functional quality of government properties, ensuring compliance with federal regulations and standards. Interested small businesses are encouraged to submit their bids by the specified deadlines, with an estimated total contract value of $9,500,000. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Landscaping and Ground Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for landscaping and ground maintenance services at the Missouri River Project Office in Omaha, Nebraska. The contract, classified as a total small business set-aside, requires the contractor to provide comprehensive grounds maintenance, including mowing, trimming, fertilization, and weed control, over a base year with four optional renewal years. This procurement is crucial for maintaining the aesthetic and ecological integrity of government-managed lands while ensuring compliance with federal environmental regulations. Interested contractors should direct inquiries to Tina L. Keimig at tina.l.keimig@usace.army.mil, with proposals due by the specified deadline outlined in the solicitation documents.
    Grounds Maintenance Services for IA058 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Waterloo, Iowa. The contract, identified as W911SA25QA056, requires the contractor to provide all necessary personnel, equipment, and supplies to maintain the facilities' lawns, trees, and shrubs, ensuring a clean and professional appearance throughout the active service months from April to October, with additional clean-up tasks allowed before and after these periods. This procurement is crucial for maintaining the aesthetic and functional quality of government properties, reflecting the federal commitment to effective landscape management. Interested small businesses are encouraged to submit their quotes, with a total estimated contract value of $9,500,000 and a performance period starting April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance OH105 Multiple Sites (MS) (OH004, OH044, OH048, OH051, OH094)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services for multiple sites in Ohio, designated as the OH105 Multiple Sites contract. The procurement encompasses a range of services including lawn maintenance, aeration, fertilization, and weed control, with a focus on maintaining a professional appearance across five Army Reserve facilities. This contract, valued at approximately $9.5 million, is set to commence on April 1, 2025, and will run for one base year with four optional renewal years. Interested vendors should direct inquiries to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil, ensuring compliance with all federal regulations and submission deadlines.
    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 for MI005, Bay City, MI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for the Army Reserve facility MI005 located in Bay City, Michigan. The procurement encompasses a range of services including mowing, aeration, fertilization, and seasonal clean-up, with a contract period consisting of a base year and four optional annual renewals, active from April to November. This contract is crucial for maintaining the operational readiness and aesthetic standards of military facilities, ensuring compliance with federal regulations and safety protocols. Interested small businesses must submit their proposals by February 24, 2025, with inquiries directed to Kayla Christian at kayla.j.christian.civ@army.mil.
    Grounds Maintenance Services at IN085 Michigan City, MI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility IN085 located in Michigan City, Indiana. The procurement involves a non-personal services contract that requires the contractor to maintain the facility's exterior flora, including lawn care, aeration, weed control, and trash removal, with a focus on quality control and adherence to security protocols. This contract is crucial for ensuring the professional appearance and operational integrity of military installations, with an estimated total value of $9,500,000 over a base year and four optional extensions. Interested parties should contact Leslie A. Koenig at leslie.a.koenig2.civ@army.mil for further details and to ensure compliance with the outlined requirements, including mandatory training and documentation processes.