Grounds Maintenance Services for IL177 multi-site in Illinois
ID: W911SA25QA070Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple sites in Illinois under the solicitation W911SA25QA070. The contract requires the contractor to provide comprehensive landscaping services, including mowing, trimming, weed control, and seasonal clean-ups, ensuring a professional appearance of the facilities. This procurement is vital for maintaining the operational integrity and aesthetic standards of Army Reserve properties, with a focus on compliance with federal regulations and quality assurance measures. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by the specified deadline, and inquiries can be directed to Kayla Christian at kayla.j.christian.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 three Army Reserve facilities in Illinois. The contractor is responsible for providing all necessary personnel, labor, equipment, and materials to maintain the lawns, trees, and shrubs, ensuring a clean and professional appearance. The contract spans one base period and four option periods, with active services from April to November, including spring and fall cleanups. Quality control and assurance are emphasized, with corrective action processes in place for non-conformities. The document outlines specific tasks such as mowing, trimming, weed control, and debris removal, as well as requirements for contractor supervision, employee identification, and training on anti-terrorism measures. The contractor must adhere to operational security protocols and will be evaluated by the Contracting Officer Representative (COR) for performance. This PWS serves as a detailed guideline for contractors, ensuring quality service delivery and compliance with federal regulations in support of the Army Reserve's operational needs.
    The document serves as a cover sheet for the review of requirements packages concerning antiterrorism (AT) and operations security (OPSEC) in government contracts, specifically for Army installations. It mandates that all contracts include a signed AT/OPSEC cover sheet, except in specific isolated cases. Key features outline mandatory reviews by organizational antiterrorism and OPSEC officers, with signatures required for accountability. The document details standard contractual language regarding various security and training requirements, including AT Level I training for contractor employees, protective policy adherence, OPSEC training, and regulations for accessing controlled areas or classified information. It emphasizes the necessity for contractors to develop specific training and implementation plans to comply with Army regulations. The overarching purpose is to establish a comprehensive approach to ensuring safety and security in government contracts, particularly amid increasing concerns over terrorism and operational integrity. This structured approach also highlights responsibilities for contractors and affiliated personnel in maintaining compliance with AT and OPSEC protocols while performing duties within Army-controlled areas.
    This government file outlines performance objectives and standards for contractor services related to lawn maintenance within government facilities. It details requirements for employee identification and service documentation, stipulating that contractors must issue ID badges and provide service tickets for all maintenance activities. Each service ticket must include the date, type of service performed, and signatures from both the contractor’s point of contact and government representatives, although the latter does not signify acceptance of the service. Incentives for compliance include positive evaluation narratives (CPARS) and full payment, while non-compliance can lead to corrective action requests (CARs), potential negative evaluations, and payment reductions. The document emphasizes the prohibition of chemicals in maintenance services, barring specific exceptions, and mandates that all service entries are communicated within a defined timeframe. Overall, the file focuses on ensuring accountability and proper reporting standards in the execution of government contracts for landscape services, critical for both operational integrity and regulatory compliance in government projects.
    The document outlines specific deliverables required from contractors in relation to health and safety compliance and operational reporting. It details various formats, required submission dates, frequency, and distribution channels for each deliverable. Key deliverables include Safety Data Sheets (SDS) when hazardous materials are present, documentation of key personnel and contract employees, and completion certificates for mandatory training such as AT Level I and OPSEC Level I within designated timeframes. Furthermore, it specifies the need for fertilizer application records and service tickets to be submitted within 30 days post-service, as well as annual insurance documentation. The purpose of this document aligns with ensuring compliance and operational efficiency within federal and local government contracts, facilitating effective oversight by the Contracting Officer Representative (COR). Overall, the deliverables foster accountability and safety in government operations.
    The provided document outlines a contract request for grounds maintenance services encompassing various locations in Illinois. It includes specific Contract Line Item Numbers (CLINs) categorized under monthly maintenance, spring/fall clean-up, and weed & feed services over multiple option years. Each CLIN details the location, unit of issue, quantity, unit price, and total costs, which are to be filled in as needed. The contract incorporates base and option years, with a total contract value indicated alongside a provision for a six-month extension. The information serves as part of a federal request for proposals (RFPs), aiming to solicit bids from contractors capable of fulfilling these landscaping and maintenance tasks. Points of contact and distribution guidelines are included, indicating controlled access to proprietary information. Overall, the document serves the purpose of summarizing the pricing schedule and deliverables for a grounds maintenance contract governed by the U.S. Army and associated with MICC–Fort McCoy, reflecting the structured approach typical in government contracting processes.
    This government file outlines the guidelines and requirements for submitting proposals in response to federal and state RFPs and grants. The document explains the process for funding opportunities aimed at community development initiatives, including economic growth, sustainability projects, and public health improvements. Key components include eligibility criteria for applicants, timelines for submission, and the evaluation criteria that prioritize innovation, feasibility, and community impact. Various funding amounts are available depending on project scope and regional needs, accompanied by an emphasis on collaborative partnerships among local organizations. The document aims to stimulate local economic development and enhance public services while ensuring compliance with regulations and accountability. Overall, it serves as a comprehensive resource for prospective applicants to navigate the application process effectively and align their proposals with government priorities.
    This document outlines a service ticket for grounds maintenance under a federal or local government contract. It specifies the types of lawn maintenance services that can be provided, including mowing, edging, trimming, and more, with a requirement for chemical reporting when applicable. The ticket must be filled out by the contracted vendor each time services are performed onsite, though it does not serve as proof of inspection or service acceptance by the government. Notably, the government retains the right to inspect the work as deemed necessary. Key sections include a checklist for the types of services rendered, a space for vendor employee names, and designated representatives for check-in and check-out. The structured format ensures clarity and record-keeping for maintenance services provided to government properties.
    The document provides a standard list of pesticides approved by the Armed Forces Pest Management Board (AFPMB) for use by U.S. Department of Defense (DoD) components and agencies under the Defense Logistics Agency (DLA). It emphasizes that pesticide usage must be pre-approved and applied only by certified personnel. The list includes various categories such as herbicides, insecticides, repellents, rodenticides, and FIFRA 25(b) exempt pesticide products, along with details like product names, codes, and usage guidelines. Emergency procurement procedures for pesticides and pest management equipment are outlined, ensuring support for deploying forces. The document serves as a vital resource for ensuring compliance with pest management policies while facilitating effective pest control across DoD installations. The technical information also includes pesticide modes of action and acquisition advice for procurement processes, emphasizing correct application methods to manage pests safely and effectively.
    The 88th Readiness Division's Universal Pest Management Application Reporting Form is designed for documenting pest control operations. Each operation requires a separate form, detailing essential information such as the date of application, location (indoor or outdoor), type of operation (e.g., baiting or spraying), and site description. Additionally, it mandates listing the specific pests targeted and the area treated in appropriate units (e.g., square feet or gallons). The form also captures comprehensive details about the pesticide or herbicide used, including its trade name, active ingredients, EPA registration number, formulation, and applied concentration. Applicator information and a final comment section for survey results or conditions encountered during treatment are also included. This structured reporting form supports compliance with federal and state pest management regulations and facilitates accountability in pest control practices, ensuring environmental safety and effective pest management strategies across various facilities. It underlines the 88th Readiness Division's commitment to systematic pest control while adhering to governmental standards.
    The Women-Owned Small Business (WOSB) solicitation outlines requirements for contracting grounds maintenance services at Fort McCoy, WI, under requisition number W911SA25QA070. The agreement spans from April 1, 2025, through March 31, 2026, with fixed pricing arrangements for various service items, including monthly grounds maintenance, spring and fall clean-up, and weed control. The contract is designed to promote business opportunities for women-owned and economically disadvantaged businesses and emphasizes compliance with various federal and local regulations. The document specifies inspection and acceptance locations, payment procedures, and contract terms, including the contractor's obligation to adhere to performance standards. Key clauses concerning subcontracting limitations, insurance requirements, and contractor performance assessments are included to ensure accountability and quality of service delivery. The solicitation ultimately aims to streamline the procurement process while supporting the government’s initiatives to engage small and minority-owned businesses, fostering economic diversity in federal contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grounds Maintenance Services IL177 Multi-Site (IL006, IL007, IL020, IL021, IL064, IL072, IL073)
    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 Illinois, identified as IL006, IL007, IL020, IL021, IL064, IL072, and IL073. The procurement aims to ensure the upkeep and maintenance of these sites, which is critical for operational readiness and environmental compliance. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran-owned enterprises. Interested parties can reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or by phone at 502-898-4980, or contact Shannon Baker at shannon.a.baker2.civ@army.mil or 502-898-5601 for further information.
    Grounds Maintenance Services for MO041 Saint Charles, Missouri
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility MO041 in Saint Charles, Missouri. The contract, designated as W911SA25QA071, encompasses a range of landscaping services including mowing, aeration, fertilization, and seasonal clean-up, with a total award amount of $9,500,000 and a performance period starting on April 1, 2025. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to inclusivity in federal contracting. Interested contractors should reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further details and to ensure compliance with all outlined requirements, including antiterrorism and operational security measures.
    Grounds Maintenance Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for WI088 (MS) at Fort McCoy. The procurement aims to ensure the upkeep and aesthetic maintenance of the grounds, which is vital for operational readiness and the overall environment of the military installation. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran-owned enterprises. Interested parties can reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    Grounds Maintenance Services for Facility MO015 at Joplin, MO
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting bids for Grounds Maintenance Services at the Army Reserve facility MO015 in Joplin, Missouri. The contract requires comprehensive lawn maintenance, including mowing, aeration, weed control, and seasonal clean-ups, with a performance period spanning from April 1, 2025, to March 31, 2026, and options for extensions through March 2030. This procurement is crucial for maintaining the facility's grounds to ensure a clean and professional appearance while adhering to safety and regulatory standards. Interested small businesses, particularly those that are women-owned, must submit their proposals by the specified deadline, with an estimated total award amount of $9,500,000. For further inquiries, potential bidders can contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil or Misty Branam at misty.s.branam.civ@army.mil.
    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 IA058 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Waterloo, Iowa. The contract, identified as W911SA25QA056, requires the contractor to provide all necessary personnel, equipment, and supplies to maintain the facilities' lawns, trees, and shrubs, ensuring a clean and professional appearance throughout the active service months from April to October, with additional clean-up tasks allowed before and after these periods. This procurement is crucial for maintaining the aesthetic and functional quality of government properties, reflecting the federal commitment to effective landscape management. Interested small businesses are encouraged to submit their quotes, with a total estimated contract value of $9,500,000 and a performance period starting April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance Services 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.
    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 U.S. 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 an emphasis on maintaining the aesthetic and functional quality of the facility's outdoor areas. This procurement is vital for ensuring the upkeep of government properties, reflecting the Army's commitment to operational integrity and community standards. The total contract value is estimated at $9,500,000, covering a base period from April 1, 2025, to March 31, 2026, with options for four one-year renewals. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details.
    Solicitation- W15QKN-25-Q-A055- Grounds Maintenance Services Branford CT in support of 99th Readiness Division
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Grounds Maintenance Services in Branford, Connecticut, in support of the 99th Readiness Division. The procurement aims to secure landscaping services that ensure the upkeep and aesthetic maintenance of military grounds, which is vital for operational readiness and facility management. Interested contractors should note that the solicitation falls under NAICS code 561730 and PSC code S208, and they can reach out to primary contact Sameera Sharif at sameera.e.sharif.civ@army.mil or by phone at 609-562-7036, or secondary contact Theodore Goutzioulis at theodore.goutzioulis.civ@army.mil or 609-562-3278 for further details.