Grounds Maintenance Services at NE024, Elkhorn, NE
ID: W911SA25QA090Type: 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 Army Reserve facility NE024 in Elkhorn, Nebraska. The procurement aims to secure comprehensive landscaping services, including lawn maintenance, weed control, and seasonal cleanup, with a total estimated contract value of approximately $9.5 million over a performance period from April 1, 2025, to March 31, 2026, with options for renewal. This initiative not only emphasizes the importance of maintaining a professional appearance for military facilities but also encourages participation from women-owned small businesses, aligning with federal efforts to promote equitable opportunities in government contracting. Interested contractors should direct inquiries to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil and adhere to the submission deadlines outlined in the solicitation documents.

    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 NE024, located in Elkhorn, Nebraska. The contractor is responsible for providing all necessary resources, including personnel, materials, and equipment, to perform services such as lawn maintenance, weed control, and seasonal clean-up to maintain a professional appearance. Key objectives include ensuring quality service delivery, maintaining efficient site conditions, and adhering to environmental standards. The contract consists of a base period plus four optional 12-month extensions and may include a six-month further extension. Performance is evaluated by a Contracting Officer Representative (COR) based on a Quality Assurance Surveillance Plan (QASP), where corrective action is required for non-conformance. Additional requirements include training for personnel in anti-terrorism and operations security, maintaining proper identification procedures, and ensuring that all sites are kept free from debris and hazards. The document emphasizes the importance of quality control and accountability, with specific details on the contractor's obligations regarding service tickets and adherence to federal regulations during performance. All grounds maintenance services aim to uphold aesthetic integrity to support the overall mission of the Army Reserve and provide a safe and welcoming environment.
    The document outlines the Contract Requirements Package for an Antiterrorism and Operations Security Review, emphasizing the necessity for security evaluations in federal contracting processes. It establishes protocols for reviewing Statements of Work (SOW) to ensure compliance with antiterrorism (AT) and operational security (OPSEC) policies. Mandatory signatures from designated antiterrorism and OPSEC officers confirm adherence to training and access protocols for contractors, including awareness training for personnel operating within Army-controlled installations. The document specifies various training requirements, including AT Level I training, OPSEC protocols, and information assurance measures. It mandates compliance with security clearances, background checks, and annual threats awareness training. The guide addresses access conditions for contractors needing to work in sensitive areas and highlights the responsibilities of Army personnel in overseeing contractor compliance. By ensuring thorough security assessments in contracts, the document reflects the government's commitment to maintaining operational integrity and safeguarding national interests in various environments.
    The document outlines the performance criteria and requirements for contractors providing lawn maintenance services to government facilities. It specifies that contractors must supply identification badges for employees, comply with herbicide use regulations, and submit service tickets for all work performed. Each service ticket must document the date and types of services completed and be signed by the Contractor's Point of Contact and the Contracting Officer's Representative (COR). Incentives for compliance include favorable narratives in the Contractor Performance Assessment Reporting System (CPARS) and full payment. Conversely, non-compliance could lead to corrective action requests (CARs), negative CPARS narratives, and potential payment reductions. The document emphasizes the need for meticulous record-keeping and adherence to specified service standards, reflecting the importance of quality control in government contracts for grounds maintenance. This contract framework aims to ensure that government facilities receive reliable and compliant services while maintaining accountability among contractors.
    This document outlines the deliverables required under a specified Performance Work Statement (PWS) within the context of a federal contract, detailing both the format and timing for submission. Key deliverables include Safety Data Sheets (SDS) when hazardous materials are present, employee training certificates (including AT Level I and OPSEC Level I) within 30 calendar days post-contract start or new hire, and identification of contract employees prior to their access to government facilities. Additional requirements cover the submission of reports for fertilizer applications, service tickets, and insurance documentation, each with specific deadlines for submission—ranging from as-needed to monthly or annually. The deliverables are directed to the Contracting Officer’s Representative (COR) and the Administrative KO, emphasizing a structured approach for compliance to ensure safety and operational effectiveness throughout the contract period. This document serves to guarantee that contractors adhere to necessary regulations and training protocols while conducting their work in government facilities.
    The government file outlines a Price Schedule for Grounds Maintenance Services, detailing various line items (CLINs) to be included in a contract proposal. It identifies services such as Type I Mowing, Annual Weed & Feed, and Semi-Annual Clean-Up for multiple periods, comprising a base period and four option periods. Each service has specified quantities (monthly and annually) but lacks fixed pricing, indicated by spaces for contractors to fill in. Additionally, the document emphasizes the use of blue-shaded cells for pricing inputs and indicates green-shaded cells auto-calculate totals, which are crucial for determining overall contract values. The structure of the document is straightforward, dividing services across distinct CLINs for clarity and allowing for total cost computation for base and option periods. Its purpose aligns with standard federal RFP protocols, ensuring that prospective bidders can accurately provide pricing for essential maintenance tasks required by government entities. The methods outlined facilitate transparency and compliance in the bidding process, reflecting the government's commitment to maintaining public landscapes efficiently and effectively.
    The document discusses the federal government's Request for Proposals (RFPs) and grants, focusing on fostering innovation and supporting local and state initiatives through targeted funding opportunities. It outlines the competitive process for securing federal grants, emphasizing eligibility criteria, application requirements, and evaluation standards. Key areas of investment include infrastructure improvements, community services, and technology advancements aimed at enhancing public welfare. Furthermore, the document delineates the roles of various federal agencies in administering these funds and encourages collaboration between state, local entities, and private sectors. By providing clear guidelines and expectations, the document aims to streamline the application process, ultimately promoting successful project implementation that aligns with governmental priorities and community needs. This initiative reflects the government's commitment to driving economic growth and improving the quality of life for citizens through strategic funding and resource allocation.
    The document serves as a service ticket for grounds maintenance conducted by a contracted vendor. It outlines various lawn maintenance services, including mowing, edging, trimming, and specialized treatments like herbicide application, requiring chemical reporting. The vendor must complete the ticket whenever services are performed, although it does not serve as proof of service acceptance. The government retains the right to inspect the work at any time. The ticket includes sections for the date, service type, vendor employee names, and designated representative check-in/check-out details. This form is part of compliance and oversight measures for government contracts, ensuring accountability and proper documentation of maintenance activities in accordance with RFP and grant processes.
    The Universal Pest Management Application Reporting Form provided by the 88th Readiness Division is a structured document designed for recording details related to pest management operations. This form requires the completion of specific fields, including the date, location, type of operation, site description, targeted pests, area treated, and specifics about the pesticide or herbicide used. Key details encompass applicator information, active ingredients, and the total amount of pesticide applied. Additionally, comments regarding environmental conditions and operational observations are encouraged. The form must be signed by the applicator and sent to the designated 88th Pest Management Center, reinforcing compliance and documentation standards within pest control operations. This form serves to ensure accountability, track pest management effectiveness, and promote adherence to federal and environmental regulations, reflecting the agency's commitment to operational readiness and safety.
    The document outlines the "Standard List of Pesticides Available to DoD Components and Agencies" approved for use by the Armed Forces Pest Management Board (AFPMB) for stock by the Defense Logistics Agency (DLA) Aviation/DSCR. It establishes that most pesticides must be pre-approved and applied only by trained personnel, emphasizing the necessity of professional pest management consultants. The document is segmented into sections detailing various pesticide groups including herbicides, insecticides, repellents, FIFRA 25(b) exempt products, rodenticides, and surfactants, each presenting specific types, recommended applications, and compliance guidelines. The document also includes directives for emergency procurement of pesticides and pest management equipment, providing contact details for requisitions and inquiries. Additionally, it presents a classification system for pesticide modes of action, ensuring users are informed of each product’s efficacy and safety measures, aligning with DoD policies. As a government document, it serves to standardize pesticide usage across military installations, enhancing operational readiness and environmental safety practices in pest management.
    The document outlines the solicitation for grounds maintenance services under a Women-Owned Small Business (WOSB) initiative, identified by the requisition number W911SA25QA090. It specifies the procurement details including the quantity, unit prices, and total award amount of approximately $9.5 million for various services like grounds maintenance, weed control, and cleanup. The performance period ranges from April 1, 2025, to March 31, 2026, with options for renewals for additional years. The document encompasses contracting officer details, due dates for offers, and references multiple applicable Federal Acquisition Regulation (FAR) clauses, providing guidelines for compliance and reporting. It highlights the importance of past performance evaluations and mandates compliance with federal laws, ensuring a structured approach to government procurement processes. The solicitation emphasizes encouraging participation from women-owned businesses, aligning with federal and local initiatives to boost small business engagement in government contracts. Overall, this RFP serves to solicit bids for essential services while promoting equitable opportunities for diverse business ownership.
    This document serves as an amendment to a solicitation, specifically addressing an extension for the submission of offers. It provides guidelines for acknowledging receipt of the amendment and outlining procedures for potential changes to previously submitted offers. It also specifies the necessity for contractors to comply with the updated clauses stemming from Class Deviation 2025-O0003, which seeks to restore merit-based opportunities in federal contracts. This amendment indicates that all terms and conditions from the original solicitation remain unchanged, except for the specified updates. The document includes sections for contractual modifications, identification of the amendment, and details regarding the contracting officer and contractor. Overall, the purpose is to communicate significant updates while ensuring that existing regulations and contractual obligations are maintained.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    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 Services TX019
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal Grounds Maintenance Services at the Corpus Christi ARC in Corpus Christi, Texas. The procurement includes a base period of performance from December 16, 2025, to December 15, 2026, with the potential for four additional option years and a six-month extension of services. These landscaping services are crucial for maintaining the operational readiness and aesthetic quality of military facilities. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or by phone at 520-706-0368 for further details regarding this Total Small Business Set-Aside opportunity.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, Connecticut. The contract requires the provision of all labor, equipment, materials, and transportation necessary to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses under the NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining the landscape for environmental and recreational purposes. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Grounds Maintenance USAG Ansbach
    Buyer not available
    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.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Roads & Grounds Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    Skiatook and Birch Lake PCMC, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is set aside for small businesses under the Total Small Business Set-Aside program, aiming to enhance the grounds and maintain the aesthetic and functional quality of the facilities. Landscaping services are crucial for the upkeep of military installations, contributing to both operational readiness and environmental stewardship. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation process.
    Oologah Lake PCMC, OK
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for landscaping services at Oologah Lake in Oklahoma, under the jurisdiction of the Tulsa District. This procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to enhance the groundskeeping and landscaping of the area, which is vital for maintaining the aesthetic and functional quality of the site. Interested contractors should reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or call 918-669-4396 for further details regarding the solicitation notice W912BV26QA009. The specific funding amount and deadlines for submission have not been provided in the overview.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Buyer not available
    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.