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 soliciting bids 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 clean-up, with a total award amount estimated at approximately $9.5 million for the contract period from April 1, 2025, to March 31, 2026, along 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 enhance small business engagement in government contracts. Interested contractors should reach out to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil for further details and to ensure compliance with 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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Landscaping and Ground Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for landscaping and ground maintenance services at the Missouri River Project Office in Omaha, Nebraska. The contract, which is set aside for small businesses, encompasses comprehensive non-personnel services including labor, supervision, equipment, and materials necessary for tasks such as mowing, fertilization, pest control, and regular landscaping maintenance over a base year with four optional years. This procurement is vital for maintaining the aesthetic and ecological integrity of government-managed lands while ensuring compliance with safety and environmental regulations. Interested contractors should contact Tina L. Keimig at tina.l.keimig@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil for further details, and they are encouraged to review the solicitation documents for specific requirements and deadlines.
    Grounds Maintenance at KS065: Multiple Facilities in Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple Army Reserve facilities in Kansas under Solicitation Number W911SA25QA084. The contractor will be responsible for providing labor, materials, and equipment to maintain the exterior landscape, including tasks such as lawn mowing, aeration, fertilization, and seasonal clean-ups, with a contract duration comprising one base period and four optional periods from April to November. This procurement is crucial for ensuring the upkeep of military facilities, enhancing operational readiness, and complying with federal labor standards, including wage determinations specific to various Kansas locations. Interested parties should contact Christopher Brown at christopher.m.brown67.civ@army.mil or call 502-898-2527 for further details, with the contract valued at approximately $9.5 million and set to commence on April 1, 2025.
    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; 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 essential for maintaining operational readiness and enhancing the environment of military facilities. 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.doughty.civ@army.mil or call 608-388-0441 for further details. The solicitation is categorized under NAICS code 561730 for Landscaping Services and PSC code S208 for Housekeeping-Landscaping/Groundskeeping.
    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.
    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 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 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.
    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.
    Grounds Services Multi-site ND007 (ND003, ND009, SD008)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds services across multiple sites, identified as ND007, ND003, ND009, and SD008. The procurement aims to secure landscaping services, which are essential for maintaining the aesthetic and functional quality of military installations. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties should reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 502-898-4980 for further details, while Melissa Larson is also available at melissa.t.larson.civ@army.mil or 502-898-4571 for additional inquiries.
    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.