Grounds Maintenance Services at KS085 Leavenworth, KS
ID: W911SA25QA041Type: 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) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility KS085 in Leavenworth, Kansas. The contract will cover a performance period from March 1, 2025, to February 28, 2026, with four optional renewal years and a six-month extension option, focusing on landscaping services such as mowing, aeration, fertilization, and seasonal clean-ups. This procurement is crucial for maintaining the aesthetic and operational standards of military facilities, ensuring compliance with federal regulations and quality service delivery. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by the specified deadline and direct any inquiries to Courtney L. Davis at courtney.l.davis65.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the pricing schedule for Grounds Maintenance Services under a federal contract, specifying various service items and their corresponding quantities. It includes several Contract Line Item Numbers (CLINs) for both base and option periods, detailing services such as Types I and III mowing, Type 4 mowing, weed and feed treatments, and seasonal clean-ups. Each CLIN is paired with a quantity to be provided, although specific unit prices are not filled in, indicating that contractors would need to input this financial information. The structure is divided into a base period and four option periods, with an additional provision for a six-month extension of the contract. The total value of the contract is to be calculated from the base and option periods, establishing a clear framework for contractors to prepare their bids. The purpose of the document is to facilitate the procurement of grounds maintenance services by providing a detailed and organized pricing schedule, in line with government RFP processes.
    The document serves as a requirements package cover sheet for an Antiterrorism and Operations Security review related to Army contracts. Its primary purpose is to ensure that contract proposals meet necessary antiterrorism (AT) and operations security (OPSEC) standards before submission. Key requirements involve mandatory reviews by antiterrorism and OPSEC officers, outlining training protocols, certification obligations, and access policies for contractor employees. Specific provisions include AT awareness training, access to Army installations, compliance with security policies, and training in information assurance. Also addressed is the need for contractors to develop and implement OPSEC plans and participate in relevant training programs. The comprehensive review ensures that both personnel and contracts adhere to established security regulations, thereby enhancing the protection of Army installations and sensitive information. Overall, this document highlights the critical security measures necessary for contractors operating within military contexts, emphasizing adherence to federal guidelines and procedures.
    The document outlines a request for proposals (RFP) for a federal grant aimed at enhancing educational programs across multiple states. The primary objective is to improve STEM (Science, Technology, Engineering, and Mathematics) education through innovative teaching strategies and community engagement. Key components include the development of a comprehensive curriculum, training for educators, and the establishment of partnerships between schools and local organizations. The grant emphasizes inclusivity, ensuring underrepresented populations have access to quality STEM education. Eligible applicants must demonstrate previous experience and a commitment to long-term sustainability of initiatives. The proposal evaluation will focus on the potential impact, scalability, and implementation timeline, with a priority on programs that can serve diverse student populations effectively. This initiative represents a strategic effort by the federal government to bolster educational outcomes and foster a skilled workforce in critical fields.
    This document details the service ticket for grounds maintenance, specifically for lawn care tasks under a government contract. It includes various types of maintenance services such as mowing, edging, trimming, and weed control, alongside provisions for spring and fall cleanups. The ticket must be completed by the contracted vendor each time services are performed, although it does not serve as proof of service acceptance. It emphasizes the government's right to inspect the work at their discretion. Additionally, the ticket requires signatures from both vendor employees and a designated government representative for check-in and check-out. This document provides an organized method for tracking maintenance services while ensuring compliance with contract stipulations. Its purpose highlights accountability in the execution of funded service contracts within federal, state, or local marketplaces.
    The 88th Readiness Division has implemented a Universal Pest Management Application Reporting Form to standardize documentation for pest control operations. Each operation requires detailed reporting, including the date, location, type of pest control method, and a description of the site and pest involved. Key information includes the applicator’s details, the specific pesticide or herbicide used (including its trade name and active ingredient), the amount used, and the concentration applied. Additionally, the form allows for comments on survey results and environmental conditions affecting the operation. The applicator is required to sign the form and provide their certification number. The completed form must be sent to the 88th Pest Management Center for record-keeping. This document is crucial for accountability, compliance with environmental regulations, and effective pest management practices within government facilities. It reflects routine government oversight in managing pest control activities, emphasizing safety and standardized reporting.
    The document outlines the Standard List of Pesticides approved for use by the Department of Defense (DoD), as sanctioned by the Armed Forces Pest Management Board (AFPMB) and the Defense Logistics Agency (DLA). It emphasizes that most pesticide applications require pre-approval from a qualified pest management consultant and can only be performed by trained and certified personnel. The list is categorized into herbicides, insecticides, repellents, surfactants, and rodenticides, each with specific guidelines for application. Additionally, it includes information on emergency procurement of pesticides and equipment for deploying forces. Key aspects include the importance of adherence to DoD policies regarding pesticide management and application practices to ensure safety and efficacy. The document supports the larger context of government RFPs and grants by establishing standardized protocols for pest management within military operations, promoting environmental safety, regulatory compliance, and operational readiness.
    The Wage Determination Log for Leavenworth County, Kansas, provides essential wage information for projects in the area. Specifically, it references Wage Determination Number KS085, with an associated revision date of December 22, 2024. The document serves as a guide to determining applicable wages for federal contracts, ensuring compliance with federal standards and local regulations in labor practices. For detailed wage information and further revisions, users are directed to visit the official SAM.gov website and search using the provided wage determination number. This log is significant for informing contractors and employers about federal wage requirements tied to government contracting processes, particularly within the context of RFPs and grants at various governmental levels.
    This document outlines the required deliverables associated with a government contract for grounds maintenance, specifying formats, submission timelines, and recipients for each type of report or documentation. Key deliverables include Safety Data Sheets for hazardous materials, training completion certificates (e.g., AT Level I and OPSEC Level I), and identification of contract employees through an ID badge list. Progress reporting on employee training and applications related to fertilizer and pest management must occur within specified timeframes, with most submissions directed to the Contracting Officer Representative (COR). The document stipulates insurance documentation requirements post-contract award, establishing compliance expectations regarding safety and training to ensure operational efficiency. By clearly defining frequency and format, the document maintains oversight on contractor obligations and aims to achieve strict adherence to safety protocols and operational expectations throughout the contract term.
    The document outlines performance objectives and standards for a contractor responsible for grounds maintenance services contracted by the government. Key requirements include providing ID badges for all contractor employees prior to accessing government facilities, with full compliance leading to positive feedback for contractor performance. The use of herbicides is subjected to strict regulations, requiring prior approval from the government representative. Contractors must supply detailed service tickets for every maintenance task performed, indicating the date and services completed, and these must be submitted with monthly invoices. Non-compliance can lead to corrective actions, potential negative performance evaluations, and reduced payments to reflect service shortcomings. The emphasis is on maintaining accountability, proper documentation, and adherence to specific lawn care protocols and chemical usage guidelines, ensuring contractor performance meets government standards. This structured approach is typical in government RFPs and grants, aiming to guarantee quality service delivery while allowing for monitoring and corrective measures if necessary.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide grounds maintenance at the Army Reserve facility KS085 in Leavenworth, Kansas. The contractor must furnish all personnel, labor, equipment, and materials necessary to deliver landscaping services, ensuring a clean and professional appearance for lawns, trees, and shrubs. The contract spans one base period with four optional renewals, focusing on services such as mowing, aeration, fertilization, and seasonal clean-ups. Quality control is primarily the contractor's responsibility, as detailed measures for nonconformance and corrective actions are outlined including levels of corrective action based on severity. The contractor must also adhere to numerous operational protocols, including workforce management, key control, hazard communication, and employee training in anti-terrorism and operations security. Key personnel must be designated for the contract's administration, and all contractor employees are required to wear identification badges and report any unusual incidents. Lastly, the document emphasizes compliance with federal regulations and the need for regular performance evaluation meetings to address concerns in service delivery. This comprehensive PWS illustrates the federal government's structured approach to ensuring effective grounds maintenance services at military facilities.
    The document outlines the solicitation for a Women-Owned Small Business (WOSB) contract related to commercial products and services, specifically focusing on grounds maintenance, weed control, and seasonal cleanups for a base year and several option years, totaling an estimated award of $9,500,000. The acquisition is categorized under the North American Industry Classification System (NAICS) code 561730. The solicitation includes detailed instructions for submission, acceptance locations, performance periods, inspection criteria, and contractor responsibilities. Numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses are incorporated, emphasizing compliance with relevant statutes. Key requirements include contractor performance assessments, insurance provisions, and adherence to legal regulations. The document serves as a formal request for proposals, emphasizing the importance of small business participation in government contracting to enhance economic opportunity for disadvantaged groups, thus aligning with broader federal goals of promoting diversity in procurement.
    The Wage Determination Log delineates wage determination details for a specific location in Leavenworth County, Kansas, under the identification number KS085. It highlights the importance of referencing the full wage determination available at the official government website, sam.gov, using the wage determination number provided. The document specifies a revision date of December 22, 2024, indicating that updates or changes to wage determinations may occur, reflecting adjustments in labor conditions or regulations relevant to federal contracts. This structured information aids stakeholders, including contractors and government agencies, in ensuring compliance with federal labor standards pertinent to their projects. Understanding and utilizing this wage determination is essential for competitive bidding and fair labor practices within the jurisdiction.
    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 Department of 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 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 direct inquiries to Kayla Christian at kayla.j.christian.civ@army.mil, and must adhere to the submission guidelines outlined in the solicitation documents.
    Grounds Maintenance Services for WA104, Marysville, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the 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 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, 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.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.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 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. This procurement is crucial for maintaining the aesthetic and functional integrity of government properties, reflecting the federal commitment to quality landscape management. Interested small businesses must submit their proposals by the specified deadlines, with a total estimated contract value of $9,500,000 and the option for four additional one-year terms. For further inquiries, contact Breanna Huff at breanna.d.huff.civ@army.mil.