Grounds Maintenance at KS065: Multiple Facilities in Kansas
ID: W911SA25QA084Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for grounds maintenance services at five Army Reserve facilities in Kansas, specifically under the Women-Owned Small Business (WOSB) program. The contract, identified by requisition number W911SA25QA084, has an overall value of $9,500,000 and is set to commence on April 1, 2025, for an initial performance period of eight months, with options for extension over subsequent years. Key tasks include monthly grounds maintenance and seasonal clean-ups, with specified requirements for labor, equipment, and compliance with relevant local and federal regulations. The contractor must provide appropriate documentation and adhere to various compliance measures, fulfilling a set of performance work statements detailing inspection and acceptance criteria. The document also incorporates numerous federal regulations and clauses relevant to contracting, ensuring fair labor standards and minority business utilization. This solicitation emphasizes the government's commitment to promote economic opportunities for women-owned businesses and secure essential maintenance services for military facilities.
    The Performance Work Statement (PWS) outlines a contract for grounds maintenance services at various Army Reserve facilities in Kansas. The contractor is tasked with providing labor, materials, and equipment necessary for maintaining a clean and professional exterior landscape, including lawn mowing, aeration, fertilization, and cleanup. The contract spans one base period and four optional periods, focusing on maintaining the grounds from April to November, with provisions for spring and fall cleanups outside these months. The contractor is responsible for quality control and compliance with established standards, while the government will monitor performance through inspections and corrective action requests (CARs) for any defects. Key personnel must be appointed, including a Point of Contact (POC) responsible for daily operations. Additionally, employees must undergo anti-terrorism and operations security training before access to Army installations. The document also discusses policies for key control, waste management, utility conservation, and safety measures. The contractor must comply with regulations on identification, parking, and reporting damages, ensuring that the facilities remain secure and well-maintained. This agreement reflects the government's commitment to providing efficient and high-quality grounds maintenance services to enhance its operational readiness and ensure the longevity of its facilities.
    The document details the Standard List of Pesticides approved for Department of Defense (DoD) components and agencies, emphasizing compliance with the DoD Instruction 4150.07 for pre-approval by certified pest management professionals. It categorizes pesticides into herbicides, fungicides, insecticides, repellents, FIFRA 25(b) exempt products, rodenticides, and surfactants, detailing application requirements for each. A section outlines emergency procurement processes through the Defense Logistics Agency (DLA) for essential supplies, ensuring that personnel can swiftly access needed pesticides during contingencies. The document also provides definitions for various pesticide modes of action and acquisition advice codes, guiding procurement strategies according to the specific needs of military installations. The comprehensive list supports pest management strategies across services to maintain health and safety standards while managing pest-related challenges effectively. The document's clear structure and detailed information reflect the government's regulatory commitment to safe pesticide use within the armed forces.
    The document outlines the CONTRACT REQUIREMENTS PACKAGE for an antiterrorism and operations security review in relation to contractor activities at Army installations. It serves to ensure compliance with Army regulations regarding antiterrorism (AT), operational security (OPSEC), and information assurance for contractors. Mandatory reviews and signatures by designated antiterrorism and OPSEC officers are required before contract submissions. The document specifies standard contract language and clauses for various security training and protocols, including AT Level I training for contractor personnel, background checks for installation access, and handling of classified information. It emphasizes the need for contractors to develop appropriate OPSEC plans and undergo specific training, including annual programs and certifications for those working in information assurance and operations security. This comprehensive package aims to align contractors with federal security requirements, ensuring the protection of military personnel and facilities while carrying out contract obligations.
    This document outlines performance objectives and standards for contractors involved in grounds maintenance for government facilities. Key requirements include issuing identification badges for contractor employees, adherence to herbicide usage regulations, and proper documentation of services through service tickets. Each service performed must be tracked, with tickets submitted alongside monthly invoices, detailing the specific work completed and relevant signatures from government representatives. Incentives for compliance include positive narratives for Contractor Performance Assessment Reports (CPARS) and full payment, while disincentives incorporate corrective action requests (CARs) and potential payment reductions for non-conforming services. Furthermore, the document emphasizes that unauthorized chemical use is prohibited unless pre-approved, underscoring the significance of compliance in maintaining government operations and facilities. This focus is critical for ensuring accountability, service quality, and adherence to environmental regulations within governmental contracting frameworks.
    The document outlines the deliverables required by contractors in relation to the performance work statement (PWS) for a federal contract. It specifies various submissions that must be made to the Contracting Officer Representative (COR) and includes formats, required dates, frequency, and distribution methods. Key deliverables include Safety Data Sheets (SDS) for hazardous materials, identification of contract employees, certificates of completion for required training, and service tickets for work performed. Specific deadlines are established, such as submitting ID badges prior to employee entry and training completion within 30 days. Additionally, insurance documentation must be submitted within 10 days after contract award and annually thereafter. The document emphasizes the importance of adhering to these deliverable requirements for compliance and operational transparency, reflecting the structured approach necessary in managing federal grants and RFPs effectively. Overall, this serves as a compliance checklist to ensure contractual obligations are met consistently.
    The document outlines wage determinations for various locations in Kansas, specifically Lawrence, Manhattan, Osage City, Salina, and Topeka. Each entry includes a Facility ID number, a Wage Determination number, and a revision date to identify the applicable payment rates for workers involved in federal projects in these areas. The specified Wage Determination numbers (2015-5335, 2015-5337, 2015-5339, and 2015-5343) point to relevant wage rates, which can be accessed through the SAM.gov website for detailed information. This information is crucial for contractors and employees involved in federally funded projects, ensuring compliance with labor standards on wage rates across different city jurisdictions.
    This document outlines a request for proposals (RFP) related to grounds maintenance services across multiple locations in Kansas under Solicitation Number: W911SA25QA084. It details the required services, divided into several Contract Line Item Numbers (CLINs) for evaluation, including grounds maintenance, spring and fall clean-up, and weed and feed applications. Each service type is listed by location, with specified quantities and unit prices, although actual pricing information is not provided, indicating that the bidders are to complete the financial aspects in the designated sections. The contract includes a base period and four option years, along with potential extensions of six months. The purpose of this RFP is to solicit bids from potential contractors to manage and maintain the grounds effectively, ensuring compliance with federal standards. The structured layout assists prospective vendors in understanding requirements and pricing specifications, ultimately facilitating a competitive procurement process. The document emphasizes accuracy in pricing entries and directs bidders on necessary submissions for contract consideration.
    The document pertains to the federal grant application process and outlines the requirements for organizations seeking funding for community development initiatives. It emphasizes the importance of aligning proposed projects with federal priorities, such as improving infrastructure, supporting economic growth, and enhancing public service delivery. The application must demonstrate community engagement, sustainability, and measurable outcomes. Additionally, the document highlights various funding categories, eligibility criteria, and the need for a detailed project budget. Applicants are encouraged to collaborate with local government entities to leverage additional resources and ensure compliance with regulatory standards. The overall aim is to foster community resilience and empowerment through strategic investments, underpinning the government's commitment to supporting local initiatives.
    The document outlines a service ticket template for grounds maintenance, specifically detailing the lawn maintenance services required. It is structured to include various maintenance types such as mowing, edging, trimming, and weed control, along with space for comments and check-in/check-out details for vendor employees. Each time the contracted vendor performs services, they must fill out this service ticket; however, it is clarified that the ticket does not constitute proof of service acceptance or inspection. The government retains the right to inspect the work at their discretion. This document serves as part of a broader framework for federal RFPs and local contracts, ensuring accountability and quality in grounds maintenance services for governmental properties. It emphasizes the importance of accurate documentation and compliance with performance standards within government contracts.
    The document outlines the Universal Pest Management Application Reporting Form mandated by the 88th Readiness Division. Its purpose is to systematically record details of pest management operations conducted, whether inside or outside facilities. Each application requires specific information including the date, location, type of pest control performed, area treated, and the pest involved. The form also calls for details on the pesticide or herbicide used, including trade name, active ingredient, and total amount applied, along with applicator information and any relevant comments or observations. This standardized reporting mechanism ensures compliance with regulations regarding pest management and helps track pesticide usage, contributing to environmental safety and public health. The collected data can be essential for federal, state, and local authorities in monitoring pest control practices and the effectiveness of applied pest management strategies, thereby aligning with governmental initiatives to promote environmental stewardship and safety in public facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 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 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 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 at NE024, Elkhorn, NE
    Buyer not available
    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.
    Grounds Maintenance Services Supporting U.S. Army Reserve Center in Baltimore, MD
    Buyer not available
    The Department of Defense is seeking contractors to provide grounds maintenance services for the U.S. Army Reserve Center located in Baltimore, MD. The contract, which is classified as a non-personal services agreement, requires the contractor to maintain healthy landscapes through tasks such as mowing, trimming, and seasonal cleanup, covering approximately 477,950 square feet of designated areas. This procurement is crucial for ensuring compliance with federal safety and environmental regulations while supporting the operational needs of the 99th Readiness Division. Interested parties can contact Nancy Zeng at nancy.m.zeng.civ@army.mil or Amber Mears at amber.l.mears.civ@army.mil for further details, with the contract spanning one base year and four optional extensions.
    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.
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for custodial services at Fort Riley, Kansas, under a contract that spans from 2025 to 2030. The procurement aims to maintain cleanliness and hygiene across approximately 130 facilities, covering over one million square feet, with a focus on high-traffic areas and sensitive environments such as Child Development Centers. This contract is crucial for ensuring a safe and sanitary environment for military personnel and visitors, adhering to federal standards and regulations. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Selvena Carter at selvena.b.carter.civ@army.mil or Richard Brown at richard.d.brown144.civ@army.mil.
    Embankment Mowing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking contractors to provide embankment mowing services. This procurement aims to maintain and enhance the landscaping and groundskeeping of military installations, ensuring compliance with environmental and aesthetic standards. The services are critical for the upkeep of military properties, contributing to operational readiness and overall facility management. Interested contractors can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or by phone at 918-669-7078 for further details regarding the presolicitation notice.
    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.