Grounds Maintenance Services for IA058 (MS)
ID: W911SA25QA056Type: 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

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance at two Army Reserve facilities in Iowa. The contractor is responsible for providing all necessary personnel, equipment, and supplies to maintain lawns, trees, and shrubs, ensuring a clean and professional appearance. The contract spans a base period and four one-year options, with specific active service months from April to October, and clean-up tasks allowed prior to and following these periods. The contractor must adhere to quality control measures and the government will evaluate performance through a Quality Assurance Surveillance Plan (QASP). Procedures for reporting nonconformance, including four levels of Corrective Action Requests (CARs), are specified. The contractor is also tasked with ensuring compliance with environmental regulations, utilizing materials responsibly, and implementing antiterrorism training for personnel. Additional requirements include maintaining a stable workforce, securing government facilities through key control measures, and adhering to operational policies during emergencies. The document ultimately serves to enforce accountability in contractor services while safeguarding government properties and ensuring quality performance.
    The document outlines the "Contract Requirements Package Antiterrorism/Operations Security Review," which serves to ensure that all contracts adhere to antiterrorism (AT) and operations security (OPSEC) standards. Key components include mandatory reviews by organizational antiterrorism officers (ATOs) and OPSEC officers prior to submission. The cover sheet details various training and compliance requirements for contractor personnel, such as AT Level I training, information assurance, and access policies. It specifies clauses for contracts involving access to Department of Defense (DoD) facilities, handling classified information, and operations in foreign countries. The document emphasizes the need for all contractors to align their operations with Army regulations and security protocols, outlining specific timelines for required training and certification. This systematic approach reflects the Federal commitment to safeguarding personnel, information, and assets in varying operational contexts. Collectively, these measures ensure that government contracts meet rigorous security standards while facilitating effective oversight and compliance during execution.
    The document outlines performance objectives and standards for a contractor involved in grounds maintenance services for government facilities. Contractors are required to supply identification badges for their employees, ensuring compliance and access to government premises. Herbicide use is strictly regulated, permitting only specific chemicals with prior approval. Each service performed must be documented through service tickets, detailing the date, performed services, and signatures from both the Contractor and designated government representatives. Incentives for meeting performance standards include positive ratings in the Contractor Performance Assessment Reporting System (CPARS) and full payment, while non-compliance could lead to corrective action requests and potential reductions in payment. The document emphasizes documentation and service conformity, highlighting the government's rights to supervise and assess the quality of work done. Overall, the guidance aims to ensure accountability and maintain quality in gardening and land maintenance services provided to government facilities, reflecting the standards expected in federal and local requests for proposals (RFPs).
    The document outlines required deliverables associated with a government contract, delineating the format, timing, frequency, and submission guidelines for each item. Key deliverables include Safety Data Sheets (SDS), identification of contract employees, and various training certifications such as AT Level I and OPSEC Level I, which must be submitted to the Contracting Officer's Representative (COR) within specified timeframes. The document emphasizes the need for documentation regarding fertilizer application and service tickets, which are to be submitted with invoices on a monthly or annual basis. Insurance documentation must be emailed to the COR and administrative KO within ten days of contract award and annually thereafter. Overall, the file serves as a compliance checklist for contractors to ensure proper documentation and training are maintained throughout the contract's duration, aligning with federal regulations and expectations. The structured approach highlights the importance of safety, accountability, and adherence to established protocols in government contracting.
    The document outlines wage determination logs for specific cities in Black Hawk County, Iowa, listing essential information for federal contracts. It details the Wage Determination Numbers for Waterloo (IA030) and Cedar Falls (IA047) along with their corresponding facility ID numbers set to a revision date of December 23, 2024. This information is pivotal for agencies or contractors needing to comply with wage determination regulations when proposing for federal contracts. For comprehensive data, users are directed to visit the designated website and search for the specified wage determination numbers. This resource is part of broader federal government procedures related to Requests for Proposals (RFPs) and grants at various governmental levels.
    The document outlines a federal solicitation numbered W911SA25QA056, primarily focusing on grounds maintenance services across multiple locations. It specifies various Contract Line Item Numbers (CLINs) related to these services, including "Grounds," "Spring/Fall Clean-up," and "Weed & Feed," alongside providing unit prices, quantities, and total costs for several timeframes—base period and four option years. Each CLIN details service locations (IA030, IA047) and the units of issue, emphasizing the flexibility of service provision over a structured timeline, particularly with an option to extend the contract for six additional months. The structure of the document is formal and methodical, consisting of multiple sections dedicated to each service type, with placeholders for pricing and total calculations that will automatically populate as bids are evaluated. This solicitation serves to procure essential grounds maintenance for federal properties, ensuring ongoing landscape management and care. It exemplifies the procedural rigor typical of government Requests for Proposals (RFPs), facilitating competitive bidding while maintaining a clear framework for contractors to follow in their proposals.
    The document outlines a federal request for proposals (RFP) focused on enhancing community resilience through climate change adaptation initiatives. The RFP invites state and local governments, along with eligible nonprofit organizations, to propose projects that bolster infrastructure, improve public health systems, and increase community awareness regarding climate risks. Key components include the requirement for comprehensive assessments of local vulnerabilities, development of action plans, and collaboration with stakeholders. Projects must demonstrate clear strategies for implementation, measurable outcomes, and sustainability. Grantees are encouraged to leverage existing resources and partnerships to maximize impact. This RFP reflects the federal government’s commitment to addressing climate change and its effects on various communities. By targeting resilience-building projects, the initiative aims to equip localities with the necessary tools and frameworks to withstand climate-related challenges while promoting long-term adaptive capacity.
    The "On Site Service Ticket – Grounds Maintenance" document serves as a standardized form for contracted vendors performing lawn maintenance services for government entities. It outlines various types of maintenance tasks, including mowing, edging, trimming, and application of herbicides, emphasizing the need for chemical reporting where applicable. Each service completed requires a detailed filling of the service ticket, which includes space for comments and check-in/check-out details for vendor employees and designated representatives. Notably, the form specifies that it does not constitute proof of service inspection or acceptance, reserving the government's right to inspect work at any time. This document reflects the procedural aspects of managing grounds maintenance contracts under federal, state, and local government RFPs and grants, ensuring accountability and service quality in governmental maintenance contracts.
    The Universal Pest Management Application Reporting Form from the 88th Readiness Division establishes a standardized process for documenting pest control operations. Each operation requires a separate form, capturing essential details such as the date, location, type of pest control method (e.g., baiting, spraying), and specific pests addressed (e.g., rodents, spiders). The form also requires information about the area treated, the applicator's name, and specific data regarding the pesticide or herbicide used, including trade name, active ingredient, and the Environmental Protection Agency (EPA) registration number. Additionally, it captures the concentration applied and total amount of active ingredient used. The document serves not only to ensure compliance with safety and regulatory standards but also facilitates data collection for operational assessments. Ultimately, it underscores the importance of meticulous reporting in maintaining effective pest management strategies within federal facilities.
    The document outlines the "Standard List of Pesticides Available to DoD Components and Agencies," approved by the Armed Forces Pest Management Board (AFPMB) for use by Department of Defense (DoD) installations. It emphasizes that usage of these pesticides must be pre-approved by certified pest management consultants and only trained applicators should apply them. The list is sectioned into various categories, including herbicides/fungicides, insect repellents, insecticides, FIFRA 25(b) exempt products, rodenticides, and surfactants, detailing specific items, their application requirements, and pricing. The document also stresses that it is essential to follow DoD procedures for procurement and usage, particularly in emergency situations where the Defense Logistics Agency (DLA) plays a crucial role in supply. Additionally, it provides a breakdown of the mode of action codes for pesticides to ensure that users are aware of their functions. Overall, the document serves as a guide for managing pesticide application and procurement within the DoD framework, ensuring safety and regulatory compliance.
    The document outlines a Request for Proposal (RFP) for grounds maintenance services specifically targeting women-owned small businesses (WOSBs). The contract, identified as W911SA25QA056, is set to commence on April 1, 2025, and will cover a performance period of one year, with the option to extend for four additional one-year terms. The contractor will be responsible for providing labor, transportation, equipment, and materials necessary for monthly maintenance as well as seasonal clean-up services across multiple sites in Iowa. The pricing arrangement for services is structured as a firm-fixed price, amounting to a total estimated award of $9,500,000. Key contract provisions are referenced, including specific inspections, acceptance criteria, and clauses that align with federal regulations. Additionally, there are requirements for insurance coverage, contractor performance assessments, and compliance with various labor standards. This initiative reflects the federal government's commitment to promoting small business participation in public procurement, particularly among economically disadvantaged groups.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Saylorville Lake Mowing
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for mowing and trimming services at Saylorville Lake in Johnston, Iowa, under the contract W912EK25QA001. The procurement aims to maintain approximately 65 acres across three campgrounds from March 1, 2025, to December 1, 2029, with options for renewal, emphasizing compliance with safety and environmental regulations. This contract is a total small business set-aside, highlighting the importance of engaging qualified small businesses in maintaining public recreational spaces. Interested contractors must submit their proposals by the specified deadlines and can contact Jake Anderson at jake.t.anderson@usace.army.mil or Ryan R. Larrison at Ryan.R.Larrison@usace.army.mil for further information.
    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 two Army Reserve facilities located in Pittsburg, Kansas. The procurement encompasses a range of services including lawn mowing, aeration, fertilization, weed control, and seasonal cleanups, structured under a non-personal services contract with a base period and four optional renewal years. This contract is vital for maintaining the aesthetic and functional quality of military facilities, ensuring compliance with federal standards and effective service delivery. Interested small businesses are encouraged to submit their bids by filling out the pricing schedule and adhering to the specified requirements, with a total estimated contract value of $9,500,000 and a performance period commencing on April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Grounds Maintenance Services at MI043 (Multi-Site)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Michigan under the solicitation W911SA25QA076. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, and seasonal cleanups, with a focus on maintaining a clean and professional appearance across the sites. This procurement is crucial for ensuring the upkeep of military installations, which supports operational readiness and enhances the overall environment. The total award amount for this contract is estimated at $9,500,000, with offers due by 10:00 AM on February 21, 2025. Interested parties can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further inquiries.
    W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Ground Maintenance Services at the Army Reserve Facility ID017 located in Hayden, Idaho. The contractor will be responsible for providing all necessary labor, transportation, equipment, materials, and supervision to perform monthly grounds maintenance services, adhering to the Performance Work Statement (PWS) and all applicable laws and regulations. This contract, which is set aside for small businesses, spans an active performance period of eight months from May through November, with specific tasks including mowing, trimming, and seasonal clean-up activities. Interested contractors can reach out to Crystal Johnson at crystal.j.johnson27.civ@army.mil or Shannon Baker at shannon.a.baker2.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.
    Grounds Maintenance Services for Saint Charles, MO
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Grounds Maintenance Services at the Army Reserve facility in Saint Charles, Missouri. The contractor will be responsible for a range of landscaping tasks, including lawn maintenance, weed control, aeration, fertilization, and seasonal clean-up, ensuring the grounds maintain a clean and professional appearance from April to November. This procurement is crucial for maintaining the facility's operational standards and aesthetics, with a focus on quality control and compliance with federal regulations. Interested parties must respond to the Sources Sought Notice by 4:00 CST on February 6, 2025, and can direct inquiries to Kayla Christian at kayla.j.christian.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 at multiple sites in Ohio, designated as the OH105 Multiple Sites. The procurement encompasses a range of services including monthly maintenance, seasonal clean-ups, and pest management, with a focus on maintaining a professional appearance of the grounds while adhering to safety and regulatory standards. 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 can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must ensure compliance with all outlined deliverables and performance requirements as specified in the solicitation documents.
    Grounds Maintenance Services for WA104, Marysville, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility WA104 in Marysville, Washington. The contract will cover a performance period from March 1, 2025, to February 28, 2026, with the possibility of four additional option years and a six-month extension, focusing on routine maintenance tasks such as mowing, fertilization, weed control, and seasonal clean-ups. This procurement is particularly significant as it aims to promote opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is valued at approximately $9.5 million. Interested contractors must submit their quotes, including all required documentation, to Kayla Christian at kayla.j.christian.civ@army.mil by the specified deadline, with written questions due by 10:00 AM CST on January 31, 2025.
    Grounds Maintenance Services in Meadville and Franklin, PA
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking qualified contractors to provide grounds maintenance services in Meadville and Franklin, Pennsylvania. The procurement aims to establish a firm fixed price purchase order for landscaping services, as detailed in the attached Performance Work Statement (PWS) and site map. These services are crucial for maintaining the aesthetic and functional quality of military installations, ensuring a safe and pleasant environment for personnel. Interested small businesses must review the solicitation for specific requirements, including site visit dates and the response deadline, with an estimated contract start date of April 24, 2025. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
    Waurika Lake Maintenace Contract for Mowing Services
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Waurika Lake Maintenance Contract, specifically for mowing services. This contract is set aside for small businesses and falls under the NAICS code 561730, which pertains to Landscaping Services. The maintenance of Waurika Lake is crucial for ensuring the upkeep of the grounds and enhancing the recreational experience for visitors. Interested bidders should note that the bid submission deadline has been extended to February 14, 2025, at 2:00 PM, and they can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or by phone at 918-669-7078 for further inquiries.
    Grounds Maintenance for ND001 (Bismarck, ND)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide comprehensive grounds maintenance services at ND001 located at 3319 University Dr., Bismarck, ND. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. This contract is crucial for maintaining the aesthetics and functionality of the grounds, with a performance period starting from April 1, 2025, to March 31, 2026, and includes four optional twelve-month extensions and a six-month option to extend services. Interested small businesses should contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or Francisco Arocho at francisco.j.arocho.mil@army.mil for further details.