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
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    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.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    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.
    Roads & Grounds Services
    Dept Of Defense
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting 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, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    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.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    Custodial Services for MO024
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    Grounds Maintenance and Landscaping Services at NAS Oceana, Virginia Beach, VA, NNSY, Portsmouth, VA and Other Areas of Responsibility (AOR)
    Dept Of Defense
    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.