Grounds Maintenance Services for WA104, Marysville, WA
ID: W911SA25QA048Type: 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 the WA104 facility in Marysville, Washington. The contract encompasses a base period of eight months with the option for four additional periods, requiring services such as mowing, weed control, and seasonal clean-up, all priced on a fixed basis. This procurement is particularly significant as it is set aside for small businesses, with a total funding amount of $9,500,000, and proposals are due by March 7, 2025, at 10:00 AM Central Time. Interested vendors can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Standard List of Pesticides approved for use by the Department of Defense (DoD) through the Armed Forces Pest Management Board (AFPMB). It emphasizes the requirement that pesticides must be applied by certified professionals and only pre-approved plans can authorize their use. The list categorizes pesticides into several types, including herbicides, fungicides, insecticides, repellents, FIFRA 25(b) exempt products, rodenticides, and surfactants, specifying that trained personnel should apply most products. Each pesticide entry includes details such as item name, mode of action (MOA) codes, packaging, and affordability information, which assists in ensuring compliance with established pest management protocols. Furthermore, the document describes the emergency procurement procedures for pesticides through the Defense Logistics Agency (DLA) for urgent military needs, including contact information for requisitions. The significance of these guidelines lies in their role in protecting personnel and maintaining operational effectiveness in various military environments while adhering to safety and regulatory standards.
    The Performance Work Statement (PWS) outlines a federal contract for grounds maintenance services at the Army Reserve facility WA104 in Marysville, WA. The contractor must provide all necessary personnel, equipment, and materials to maintain the grounds effectively, focusing on the appearance of lawns, trees, and flora. The contract spans one base year with four optional extensions, emphasizing active maintenance from March through November, while allowing for pre- and post-season cleanups. The contractor is solely responsible for quality control and will face nonconformance reports for deficiencies, categorized into four levels based on severity. Key responsibilities include mowing, fertilization, weed control, and complying with safety and security regulations, including employee identification and access procedures. The PWS includes specific guidelines for operations, site conditions verification, and environmental conservation practices. This structure represents a segment of federal RFPs aimed at ensuring performance standards and accountability in contract execution.
    The 88th Readiness Division has implemented a Universal Pest Management Application Reporting Form, which aims to standardize record-keeping for pest control operations. The form requires detailed information about each operation, including the date, location, type of pest control used (e.g., baiting, manual application), site description, pest type, treated area, applicator's name, and specifics about the pesticide or herbicide applied, such as trade name, active ingredients, EPA registration number, formulation percentages, amounts used, and final concentration applied. Additionally, the form calls for comments on operational conditions and requires the applicator's signature along with their certification number. A copy of the completed form must be sent to the 88th Pest Management Center (PMC). This initiative promotes accountability and compliance with federal regulations in managing pest control activities, ensuring safe and effective treatment within government facilities.
    The document serves as a cover sheet for the review of a contract's requirements package, specifically focusing on antiterrorism (AT) and operations security (OPSEC). It outlines that every requirements package, excluding certain low-value contracts, must include a signed AT/OPSEC cover sheet. The review must be conducted by the organizational antiterrorism officer and include OPSEC officer participation. The document specifies mandatory training and compliance requirements for contractor personnel, including AT Level I awareness training, access protocols for DoD facilities, OPSEC program development, information assurance training, and more. Each requirement is clearly laid out with applicability to contractors, including specifics for those working overseas or handling classified information. This rigorous approach ensures that all contractors meet security standards essential for protecting personnel and information while adhering to Army regulations and policies. In essence, it is a comprehensive guide to maintaining security through contractor compliance as part of federal contracting processes.
    The document outlines the performance objectives and standards required of contractors providing grounds maintenance services for government facilities. Key performance areas include identification of contractor employees, use of herbicides, and submission of service tickets. Each contractor employee must possess an Identification Badge with relevant information before accessing government facilities, and a comprehensive list of these badges must be updated for oversight. Contractors are prohibited from using chemicals unless specifically approved, with various performance and invoicing standards stipulated for maintenance tasks such as lawn clean-ups. Detailed service tickets documenting the services performed are mandatory with each invoice submission. Incentives for compliance include positive narratives in the Contractor Performance Assessment Reporting System (CPARS) and full payment for services rendered, while disincentives include corrective action requests and potential payment reductions for non-conforming services. Overall, the document serves as a guideline for contractors, ensuring accountability and adherence to specific standards for grounds maintenance in government properties, reflecting the emphasis on efficiency, transparency, and regulatory compliance.
    The document delineates the required deliverables for a contract associated with grounds maintenance, outlining expectations for documentation related to safety, training, and pest management. Key deliverables include Safety Data Sheets (SDS) to be available on-site upon hazardous material presence, identification of contract employees to be reported to the Contracting Officer Representative (COR) before entering government facilities, and multiple training certifications (e.g., AT Level I, OPSEC Level I, iWATCH) to be submitted within specified timelines. Additionally, reports related to fertilizer application and pest management, as well as service tickets, need to be submitted within 30 days of services rendered. There are specific insurance document requirements to be filed within 10 days post-contract award and annually thereafter. This comprehensive list serves to ensure compliance with safety standards, operational efficiency, and regulatory adherence within the scope of the contract, highlighting the importance of timely and accurate reporting to the COR and administrative officials. Overall, the document's primary focus is streamlining processes required for maintaining a safe and effective working environment in government-related grounds management contracts.
    The document is a Wage Determination Log for Marysville, Snohomish County, Washington. It provides essential wage information relevant to federal contracts, specifically referencing Wage Determination Number WA 104 and revision number 2015-5535, with the latest revision dated December 23, 2024. For detailed wage rates according to location, it directs users to the official government website (sam.gov) where they can search by the mentioned wage determination number. This log serves as a crucial resource for contractors and government entities involved in federal contracting, ensuring compliance with established wage standards for workers in specified areas and promoting fair compensation practices within public contracting systems. Overall, the document highlights the importance of adhering to wage determinations in the context of federal grants and state and local RFPs.
    The WA104 Grounds Maintenance Services Price Schedule outlines the pricing structure for various grounds maintenance services to be provided over multiple contract periods. The contracts include a base period as well as four option periods, each associated with specific tasks such as Type I and III mowing, Weed & Feed treatments, and semi-annual clean-up services for spring and fall. The pricing structure is organized by Contract Line Item Numbers (CLINs) for clarity, enabling the federal government to manage and procure these services effectively. Each CLIN specifies the quantity and unit price required for each task, ultimately contributing to the total contract value, which may also include a six-month extension option. The document emphasizes the need for precise pricing entries while ensuring that calculations for total amounts are automated for efficiency. Managed by the U.S. Army and facilitated by the MICC–Fort McCoy, this document represents a standard RFP format utilized for federal grants and procurement processes, ensuring transparency and compliance in governmental budgeting and service acquisition. The emphasis on correct calculations and pricing reflects the critical nature of fiscal responsibility in public contract management.
    The document outlines a federal government Request for Proposals (RFP) aimed at enhancing community resilience to climate change through innovative solutions. The RFP emphasizes the importance of interdisciplinary collaboration to develop strategies that address both environmental impacts and socio-economic challenges. Key components include funding opportunities for non-profit organizations, local governments, and research institutions to implement projects focused on sustainability, disaster preparedness, and community engagement. Proposals should demonstrate a clear methodology, expected outcomes, and measurable impacts. The document also highlights criteria for evaluation, including innovation, scalability, and community involvement, ensuring that submitted projects align with federal goals for climate adaptation. Additionally, the RFP indicates the significance of leveraging state and local partnerships to maximize effectiveness and outreach. Overall, this initiative reflects the government's commitment to proactive climate action and investment in community resilience through collaborative approaches.
    The document outlines the Service Ticket format for grounds maintenance services, intended for use by contracted vendors when servicing government locations. It specifies various types of lawn maintenance tasks that can be performed, including mowing, edging, weeding, and chemical applications, which must be documented by the vendor. A critical aspect of this service ticket is that it serves documentation for services rendered but does not establish acceptance or inspection of those services, allowing the government to inspect the work at any time. The form requires the names of vendor employees and designated government representatives upon check-in and check-out. This format emphasizes accountability and detailed record-keeping for grounds maintenance contracts within government RFP frameworks, ensuring compliance and the ability to enforce standards of service delivery.
    This document outlines a solicitation for grounds maintenance services specifically targeting Women-Owned Small Businesses (WOSB). The identified requisition number is W911SA25QA0480002, with an effective contract amount of $9,500,000. The services requested include grounds maintenance for eight months, along with additional tasks such as "weed and feed" and seasonal clean-up, all priced on a fixed basis. The solicitation invites proposals due on March 7, 2025, at 10:00 AM Central Time, and specifies that all offers must comply with federal procurement regulations, including relevant clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The document emphasizes the requirement for inspection and acceptance at specified government facilities, and details the performance work statement for service fulfillment. Additionally, the contractor must adhere to stipulated insurance and compliance standards, including reporting on service contracts. This solicitation aims to support economic opportunities for women-owned businesses while ensuring accountability and regulatory adherence within government contracting protocols.
    The document details an amendment to a federal solicitation, specifically concerning a Contract Modification and Acknowledgment of Receipt. It extends the deadline for offer submissions and provides guidelines for contractors to acknowledge amendment receipt. Key instructions indicate that offers must be updated if necessary, with acknowledgment required before the specified deadline to avoid rejection. The amendment also includes specifics for modifications to contracts, clarifying the details of the changes and the authority under which these modifications are issued. The modification pertains to an update in Attachment One of the Performance Work Statement, retaining all other terms and conditions. The point of contact provided for this amendment is Kayla Christian, ensuring that all parties can seek clarification or provide necessary updates regarding the solicitation. This document underscores the importance of compliance with outlined procedures in government contracting, ensuring that all modifications are effectively communicated and documented.
    This document is an amendment to a federal solicitation concerning grounds maintenance services. It outlines significant changes including an extension of the offer submission deadline to March 7, 2025, and a modification of the performance period to April 1, 2025, through March 31, 2026. The amendment specifies a 100% Small Business set aside, reflecting a commitment to support small enterprises. Detailed changes include revisions to line items affecting quantities and performance periods, as well as updates to compliance requirements within the Federal Acquisition Regulation (FAR). Notably, it highlights that the contractor is not required to sign the document but must acknowledge its receipt in specified ways to avoid rejection of offers. The importance of providing a complete quote submission, including team agreements if applicable, is emphasized, with a clear mandate for adherence to registration in the System for Award Management (SAM). The structure of the document allows for a systematic approach to amendments, ensuring that all parties involved are aware of changes in obligations, deadlines, and regulatory compliance under federal grants and solicitations. Overall, it illustrates the ongoing commitments of the federal government to ensure transparent and fair solicitation processes while fostering participation from small businesses.
    This document outlines a Federal Government Request for Proposal (RFP) specifically aimed at procuring services from Women-Owned Small Businesses (WOSB). The RFP, referenced with number W911SA25QA048, is for commercial products and services related to grounds maintenance. The total award amount is approximately $9.5 million, with the contract expected to last from March 1, 2025, to February 28, 2026, including multiple option periods that can extend the contract further. Key services required include routine grounds maintenance, weed and feed treatments, and seasonal clean-ups. The solicitation includes details such as payment terms, inspection locations, and required insurance details, alongside a list of applicable Federal Acquisition Regulation (FAR) clauses that must be followed, outlining compliance with federal laws and regulations. The document emphasizes accountability and performance reporting expectations, including Contractor Performance Assessment Reports. Overall, the RFP aims to acquire high-quality services while promoting opportunities for women-owned businesses, ensuring compliance with regulatory standards, and fostering accountability throughout the contract’s lifespan.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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 IN WILLAMETTE VALLEY
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a contractor for grounds maintenance services within the Willamette Valley Project in Oregon, covering locations from Lookout Point Lake to Green Peter Lake. The contract, valued at approximately $9.5 million, includes a base year and four optional years, requiring the contractor to perform tasks such as mowing, trimming, and invasive species management while adhering to safety and environmental standards. This procurement is crucial for maintaining public recreational areas and ensuring compliance with federal, state, and local regulations. Interested parties should contact Jessica Manley at jessica.manley@usace.army.mil for further details and to stay informed about the solicitation process.
    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.
    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 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.
    W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for landscaping services under the contract titled W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4. The procurement aims to fulfill grounds maintenance requirements, which are essential for maintaining the aesthetic and functional integrity of military facilities. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call 608-388-0441 for further details regarding the solicitation process.
    Grounds Maintenance Services for IL177 multi-site in Illinois
    Buyer not available
    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.
    Grounds Maintenance Services; IL177 Multi-Site, IL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services for the IL177 Multi-Site in Illinois. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment at military installations. This opportunity is set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and interested parties can reach out to Dorothy Doughty at dorothy.a.d.doughty.civ@army.mil or by phone at 608-388-0441 for further details. The solicitation is categorized under NAICS code 561730, focusing on landscaping services, and is part of a combined synopsis/solicitation notice.
    Grounds Maintenance Services, Thomaston Dam Unit, Thomaston, Goshen, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for grounds maintenance services at several sites in Connecticut, including Thomaston Dam, Northfield Brook Lake, Black Rock Lake, and Goshen Relay Station. The contract requires comprehensive landscaping services such as fine lawn mowing, roadside mowing, and seasonal cleanups, with a performance period from April 1, 2025, to March 31, 2026, and options for two additional years. This initiative underscores the government's commitment to maintaining federal properties while adhering to safety and environmental standards. Interested small businesses, particularly those that are veteran-owned or women-owned, must submit their quotes electronically by March 11, 2025, at 2:00 PM Eastern, and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil for further information.