GROUNDS MAINTENANCE SERVICES AT OSAN AIR BASE
ID: W90VN6-25-R-A005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for grounds maintenance services at Osan Air Base in South Korea. The contractor will be responsible for providing all necessary personnel, labor, equipment, supplies, and supervision to maintain both improved and unimproved grounds, with a focus on safety, quality control, and environmental compliance. This contract, which spans one base year with four additional option years, emphasizes the importance of adhering to Department of Defense regulations and includes specific tasks such as mowing, trimming, and debris removal, particularly in Bird Area Strike Hazard zones. Interested parties should contact Bokyoung Kim at bokyoung.kim2.ln@army.mil or Nancy Segarra at nancy.segarra2.civ@army.mil for further details, and proposals must be submitted in accordance with the outlined requirements by the specified deadlines.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Grounds Maintenance Services at Osan Air Base outlines a non-personal services contract for comprehensive maintenance of various landscapes across the base in Korea. The contractor is responsible for providing labor, equipment, supervision, and materials necessary to maintain both improved and unimproved grounds, addressing diverse terrain types and weather conditions. Key tasks include mowing, trimming, edging, and debris removal, with specific attention to Bird Area Strike Hazard (BASH) zones, which priority must be given year-round. Performance standards stress safety, quality control, and environmental compliance, including protocols for handling hazardous materials and maintaining drainage systems. The contract duration is set for one year, with four one-year options available, and contractors must develop a staffing plan that adheres to specified qualifications and quality assurance measures. The PWS also emphasizes strict adherence to security and access regulations, requiring contractors to obtain necessary permits and training to operate in a military environment. Overall, the document serves to ensure that grounds maintenance at Osan Air Base meets operational requirements and aesthetics while prioritizing safety and efficiency.
    This document serves as an addendum to FAR 52.212-1, focusing on instructions for offerors submitting proposals for contracts involving commercial products and services. Key requirements include electronic submission via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, monitoring for updates, and adherence to the Republic of Korea's legal requirements concerning business licenses. The government will evaluate offers based on a "best value" trade-off process, emphasizing price, technical capability, and management approach without necessarily holding discussions. The document outlines submission requirements, including specific factors such as technical competence, management approach, past performance, and price. Offerors must demonstrate experience in ground maintenance services, provide a staffing plan, and submit detailed equipment and past performance documentation. A scheduled site visit on June 23, 2025, is also detailed, with strict criteria for attendance and protocol during the visit. Offers must include all required documentation, with any deficiencies potentially leading to non-responsiveness in the evaluation process. This structured approach ensures that proposals are evaluated fairly and comprehensively, in alignment with government contracting standards.
    The document outlines an addendum to FAR 52.212-2 regarding the evaluation process for proposals related to government contracts for commercial products and services. The evaluation will prioritize the best overall value, with a clear hierarchy of importance among factors: Technical and Management Approach (most important), Past Performance (important), and Price (least important). Technical Phase I factors must receive an Acceptable rating to proceed to Technical Phase II discussions, where further subjective evaluations occur. The proposed solutions will be assessed for adequacy and feasibility, focusing on the offeror’s understanding and capacity to fulfill requirements. The document specifies various evaluation criteria, including the need for proper business registrations and prior experience in grounds maintenance services. There is a strong emphasis on the quality of past performance and price reasonableness. The proposals must also be submitted in Korean Won, aligning with local regulations. This structured and rigorous approach reflects the government's commitment to selecting qualified contractors that can deliver effective and efficient services in alignment with established standards.
    The Performance Assessment Questionnaire is a critical document used in the evaluation of federal contractors as part of the procurement process. It solicits honest feedback on a contractor's performance across several categories, including compliance with contractual requirements, project management effectiveness, timeliness of deliverables, cost control, and customer satisfaction. Evaluators rate the performance as "Substantial Confidence," "Satisfactory Confidence," "Limited Confidence," or "No Confidence," and are required to provide rationale for their assessments. The questionnaire includes sections for contractor identification, representative details, and relevant performance history. Respondents are encouraged to share insights on the contractor's past efforts and provide contact information for further verification. The completed questionnaire must be submitted to the designated contracting officer, reinforcing the importance of precise and comprehensive responses for successful federal contract awards.
    The document is a Contractor's Tax Exemption Declaration pertaining to compliance with relevant tax laws and agreements for federal contracts in South Korea. It cites federal regulations, the US-ROK Status of Forces Agreement, and specific ROK tax laws governing customs, value-added tax (VAT), and special excise taxes. Contractors must specify taxes that would normally apply but are exempt from their proposal, covering customs taxes for imported items, VAT on purchased materials and services, and excise taxes on petroleum products. Detailed tables are provided for contractors to input estimated tax amounts on various items, including gasoline and diesel, ensuring clarity on tax exclusions. The contractor certifies that all proposed supplies and services are presented exclusive of the mentioned taxes. This declaration aims to provide transparency in tax matters and facilitates compliance with both U.S. and South Korean tax regulations during contract execution.
    The Performance Work Statement (PWS) outlines the requirements for grounds maintenance services at Osan Air Base, Korea. This non-personal services contract mandates the contractor to manage all aspects of grounds upkeep, including equipment, personnel, and materials, with specific attention to the unique landscape conditions influenced by weather variations. The contract covers a range of areas labeled as Improved, Semi-Improved, Un-Improved, Munitions Storage, and Bird Area Strike Hazard (BASH) areas, indicating varied standards for maintenance. Key objectives include maintaining a professional appearance of lawns, trees, shrubs, and flora while ensuring safety and quality. The contractor is responsible for quality control through a submitted plan and adherence to safety regulations, with oversight by a Contracting Officer Representative (COR). The contract spans one base year with four optional extensions, necessitating regular reviews and adjustments to staffing and equipment plans. Overall, the PWS emphasizes a systematic approach to grounds maintenance tailored to military needs, promoting aesthetic and functional quality while ensuring compliance with safety and environmental standards. This document aligns with government contracting principles by clearly defining contractual obligations, performance metrics, and compliance mechanisms.
    The document outlines a solicitation for ground maintenance services at Osan Air Base, focusing on both the growing and non-growing seasons. It specifies that the contract will be executed by women-owned small businesses, particularly targeting economically disadvantaged businesses, and encompasses a range of services including airfield maintenance, debris removal, tree trimming, and shrub care over specified periods. The contract spans a base year with four additional option years, mandating monthly deliveries and performance checks. Key performance indicators incorporate proper handling procedures for the maintenance of different areas, ensuring services align with the Department of Defense's regulations. The structured format includes sections detailing solicitation numbers, effective dates, and payment specifications, thereby streamlining the bidding and implementation processes. The emphasis is on creating a comprehensive service agreement that ensures quality and compliance with federal requirements while encouraging participation from women-owned or disadvantaged business enterprises.
    The 51st Civil Engineer Squadron is initiating a pre-solicitation notice for Ground Maintenance Services at Osan Airbase, Republic of Korea. This notice, in accordance with FAR Part 5.2, serves to inform potential contractors that the government is seeking proposals but is not yet accepting bids. A draft Performance Work Statement (PWS) is available, with a final version to be released with the solicitation. The government plans to award one base year and four option years for these services through a Request for Proposal (RFP), anticipated to be posted in April 2025, with proposals due by May 2025. Interested contractors must be registered in the System for Award Management (SAM) to participate. The procurement falls under NAICS code 561730 and PSC S208, emphasizing landscaping services. All solicitation details will be disseminated via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and SAM.gov. The document outlines the point of contact information for inquiries and instructs against seeking further clarification at this pre-solicitation stage.
    Similar Opportunities
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    CONDUCT HOUSING REQUIREMENTS AND MARKET ANALYSIS (HRMA) FOR OSAN AB, REPUBLIC OF KOREA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Korean-owned architect-engineer firms to conduct a Housing Requirements and Market Analysis (HRMA) at Osan Air Base, Republic of Korea. The objective of this procurement is to manage and execute a project that assesses military housing needs in accordance with Department of Defense and Air Force guidelines, which includes site visits, data collection, and market analysis. This opportunity is critical for ensuring that housing requirements are met for military personnel stationed at various Air Force bases worldwide, including Osan AB. Interested firms must submit their qualifications and responses to the sources sought notice by 3:00 PM Central Standard Time on January 12, 2026, to the designated contacts, Gregorio Armand and Louwanna Wright, via email.
    Courier Service, 8th Medical Group Kunsan Air Base, South Korea
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a courier service to operate at Kunsan Air Base, South Korea. The contractor will be responsible for providing all necessary personnel, equipment, and transportation to facilitate the pickup and delivery of laboratory specimens and miscellaneous items between the 8th Medical Group laboratory at Kunsan Air Base and the 51st Medical Group Lab at Osan Air Base, as well as the Brian D. Allgood Army Community Hospital laboratory at Camp Humphreys. This service is critical for the timely transport of diagnostic specimens, ensuring that medical operations are conducted efficiently. Interested parties should contact Hyun Choi at hyun.k.choi.civ@army.mil or D. Scott Estes at d.s.estes.civ@army.mil for further details, with the expectation that all services will comply with Republic of Korea law regarding licensed drivers.
    American Elevator Maintenance/Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and repair of elevators at Kunsan Air Base in Korea. The procurement aims to ensure the operational efficiency and safety of elevator systems, which are critical for personnel and equipment movement within the base. Interested contractors should refer to the attached Performance Work Statement (PWS) for detailed requirements. For inquiries, potential bidders can contact D Estes at d.s.estes.civ@army.mil or call 315-755-9314.
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking maintenance services for solvent tanks as part of a contract for the Eighth Army. This opportunity involves the provision of maintenance services, with an amendment recently issued to change the site visit date, indicating the importance of timely and effective service delivery. Solvent tank maintenance is crucial for ensuring compliance with safety and environmental regulations, thereby supporting the operational readiness of military facilities. Interested contractors can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636 for further details regarding this procurement.
    Multi Equipment Maintenance Services for 403rd
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide Grounds Maintenance and Landscaping Services at NAS Oceana in Virginia Beach, VA, and NNSY in Portsmouth, VA, among other Areas of Responsibility. The procurement aims to establish a Facility Support, Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract for both recurring and non-recurring services, with a total contract term not exceeding 66 months. This initiative is crucial for maintaining and enhancing the grounds and landscaping of military facilities, ensuring operational readiness and aesthetic standards. Interested parties must submit a capabilities package by December 16, 2025, detailing their relevant experience and qualifications, with a minimum yearly contract value of $700,000 anticipated. For further inquiries, contact Karen Richardson at karen.y.richardson3.civ@us.navy.mil or by phone at 757-341-1046.