Roads & Grounds Services - Fort McCoy
ID: W911SA26RA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Roads and Grounds Services at Fort McCoy, Wisconsin. The procurement encompasses a range of services including project management, maintenance of paved and unpaved roads, trail maintenance, snow and ice removal, grounds maintenance, and hazardous material spill cleanup, among others. These services are critical for ensuring operational readiness and safety at the installation, particularly during adverse weather conditions and for maintaining the overall landscape. Interested parties should contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or Melissa Larson at melissa.t.larson.civ@army.mil for further details, with the total contract value estimated at $1,257,500 over a base period and four option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fort McCoy Antiterrorism/OPSEC Requirements Package Cover Sheet (2024 UPDATEv3) outlines mandatory antiterrorism (AT) and operations security (OPSEC) review procedures for government contracts, excluding small supply contracts. It requires organizational AT and OPSEC officers to review performance work statements (PWS), quality assurance surveillance plans (QASP), and source selection criteria. The document details standard contract language and specific PWS inclusions for various security requirements, such as AT Level I awareness training, iWATCH training, OPSEC SOP/plan and training, Counterintelligence Awareness and Reporting (CIAR) or TARP training, access to government information systems, food defense measures, handling classified information, Controlled Unclassified Information (CUI), AT awareness for overseas travel, performance in foreign countries, and contractors authorized to accompany the force. Training requirements for items like AT Level I and iWATCH are mandatory deliverables evaluated in the QASP. The cover sheet also includes signature blocks for AT and OPSEC review, confirming compliance with relevant Army regulations.
    The document is not a government file but rather a placeholder message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is irrelevant to government RFPs, federal grants, or state/local RFPs, as it does not contain any programmatic or informational content related to such topics.
    The document is not a government file but rather a placeholder message indicating that the PDF viewer cannot display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. This message is unrelated to government RFPs, federal grants, or state/local RFPs, serving instead as a technical notice for document viewing issues.
    This document, "TL 1-1 Fort McCoy DPW Roads & Grounds GIS Data," provides detailed Geographic Information System (GIS) data for road and grounds maintenance at Fort McCoy. It outlines various contract requirements, including paved and unpaved roads and lots, trails, and snow removal services, broken down by priority levels (P1-P5). The data includes measurements in Square Yards (SY) and Lane Miles (LM), with a conversion factor provided. Additionally, the file details requirements for grass cutting across different areas like Ammo Supply Point and Airfield, measured in acres, and pavement sweeping for cantonment, housing, UAV, and airfield locations. The document serves as a technical library reference, providing critical spatial and quantitative information for facility management and potential procurement related to infrastructure maintenance at the installation.
    The Snow and Ice Control Plan for Sparta/Fort McCoy Airport outlines procedures and responsibilities for managing winter weather and airport operations. It covers six primary tasks: annual meetings, weather information dissemination, resource coordination, pavement condition reporting, runway closure/reopening criteria, and contaminant removal. The plan defines terms like 'contaminant,' 'dry snow,' and 'wet snow,' and lists approved de-icing chemicals. Pre-season meetings involve various departments to review roles, discuss priorities, equipment, and lessons learned, while post-season meetings address issues and recommendations. The Airfield Manager oversees runway conditions and NOTAM dissemination, while the DPW Roads and Grounds Manager handles personnel notification, callouts, and weather monitoring. Snow removal operations are triggered by specific precipitation depths, with priorities assigned to different airfield areas. The plan emphasizes prompt snow clearing to prevent accumulation and bonding to pavement, maintaining visibility of visual aids, and utilizing chemicals for ice control. All snow removal vehicles must maintain radio communication for safety and to prevent runway incursions, especially in low visibility conditions.
    This document outlines the TL5-8 Fort McCoy Cantonment Grass Cutting Areas, detailing geographical features like rivers, creeks, and lakes, alongside an extensive network of roads and avenues. It also lists numerous numbered locations and codes, likely representing specific sites or zones within Fort McCoy. The file specifies different mowing lengths and frequencies, including 4-inch, 6-inch, 9-inch, and 12-inch options, some with specific instructions like 'with bagger or raking' or 'includes lakesides.' It also mentions 'Self Help or By Request' and '12 inch Firebreaks.' The document is controlled by Fort McCoy, WI, and the Directorate of Public Works/Master Planning Division, with a POC provided. The CUI Category is 'Critical infrastructure & OPSEC,' and the Distribution Statement is 'FEDCON.' This map is crucial for managing landscape maintenance and operational security within Fort McCoy.
    The Fort McCoy Directorate of Public Works/Master Planning Division has issued a Controlled Unclassified Information (CUI) document titled "Mowing Areas Installation Area Index." Produced on July 29, 2025, this map outlines various mowing specifications and intervals for Fort McCoy, WI. The document categorizes CUI as Critical Infrastructure & OPSEC and limits its dissemination to FEDCON. Scott Wenzlaff (608-388-5478) is the designated point of contact. The legend details different mowing intervals, including A-4 inch (with or without bagger/raking), ASP - IAW Table 5.4.1, B-6 inch, C-9 inch, D-12 inch (including lakesides and firebreaks), and E-Once per year, with options for Self Help or By Request. This document serves as a guide for grounds maintenance operations within Fort McCoy, ensuring compliance with established CUI protocols and operational security.
    The document is a comprehensive map and legend detailing mowing blocks and specific locations controlled by Fort McCoy, WI, and its Directorate of Public Works/Master Planning Division. It is categorized as Controlled Unclassified Information (CUI) under Critical Infrastructure & OPSEC with a FEDCON distribution. The legend outlines various mowing specifications (A-4 inch, B-6 inch, C-9 inch, D-12 inch, E-Twice per year, Self Help or By Request, D-12 inch Firebreaks, Airfield mowing between 9-12 inches, and ASP - IAW Table 5.4.1). The bulk of the document consists of a detailed index mapping numerous locations, ranging from specific blocks (e.g., 100 Block, 400 Block), buildings (e.g., Sim Buildings, GP Warehouse), and ranges (e.g., Range 1, Range 26) to recreational areas (e.g., Campground, Ski Hill) and natural features (e.g., Sparta Pond, Stillwell Lake), to their corresponding page numbers within a larger, unprovided map set. The document also includes several map excerpts, each labeled with a block or area and page number, depicting detailed layouts of roads and specific building numbers within those areas. This file is crucial for operational planning and maintenance within Fort McCoy, ensuring compliance with land management and security protocols.
    The Fort McCoy Directorate of Public Works/Master Planning Division has produced a Controlled Unclassified Information (CUI) map titled "Snow Plow Routes Installation Area Index," dated July 28, 2025. This document outlines snow plow routes within Fort McCoy, WI, categorized for critical infrastructure and OPSEC. Distribution is limited to FEDCON, and inquiries can be directed to Scott Wenzlaff at 608-388-5478. The legend details an interval system for route priority: 0 (Request Only), 1 (High), 2 (Medium), 4 (Low), and 5 (1 when Occupied). This document is essential for maintaining operational readiness and safety at the installation during snow events.
    This government file, originating from Fort McCoy, WI, and controlled by the Directorate of Public Works/Master Planning Division, is a comprehensive document detailing snowplow routes, parking, and walks across various blocks and ranges within the installation. Categorized under Critical Infrastructure & OPSEC with a FEDCON distribution statement, the file provides a legend for snowplow priorities (0 - Request Only, 1 - High, 2 - Medium, 4 - Low, 5 - 1 when Occupied). It meticulously lists numerous map labels corresponding to page numbers, indicating specific areas like '100 Block,' 'Sim Buildings,' 'GP Warehouse,' 'Range 36,' and 'Family Housing.' The repeated CUI (Controlled Unclassified Information) designation emphasizes the sensitive nature of the information. The document serves as a critical operational planning tool for snow removal, ensuring essential access and safety across the facility.
    This Performance Work Statement (PWS) outlines a non-personal service contract for Roads and Grounds Maintenance at Fort McCoy, Wisconsin. The contractor will provide all personnel, equipment, and supervision to maintain approximately 60,000 acres and over 1400 buildings, including 180 miles of paved roads, 250 miles of unpaved roads, and 2,600 acres of maintained grounds. Key objectives include meeting maintenance standards, compiling historical data, and complying with all applicable federal, state, and local laws. The PWS details requirements for facility access, traffic flow, drainage, security, environmental compliance, and contingency plans for mobilization, disasters, and labor disputes. Contractor personnel must undergo background checks and adhere to strict safety and conduct standards. The contract includes a base period and four 12-month options, with services potentially required 24/7. The government will evaluate performance via a Quality Assurance Surveillance Plan.
    The document is a Controlled Unclassified Information (CUI) file from Fort McCoy, WI, specifically controlled by the Directorate of Public Works/Master Planning Division. It is categorized under Critical Infrastructure & OPSEC with a FEDCON distribution statement, indicating limited dissemination. The Point of Contact is Scott Wenzlaff at 502-898-5478. The legend within the document delineates maintained areas by DPTM and DPW, as well as private and state-controlled areas, along with the installation boundary. This file likely serves to outline control and distribution parameters for critical infrastructure information within the Fort McCoy installation, emphasizing security and operational awareness.
    The provided government file appears to be a highly technical document, likely an engineering or architectural drawing, or a similar detailed plan. The repeated presence of "Range" with numerical values (e.g., "Range 36 Rd", "Range 4-1'") and "Firebreak Discing Miles" followed by specific distances (e.g., "0, 0.2, 0.4, 0.8" and "0, 0.17, 0.35, 0.7") strongly suggests it pertains to land management, possibly for fire prevention or agricultural purposes. The visual elements, though heavily obscured by noise and artifacts, seem to include schematic representations or maps, further supporting the interpretation of a planning or operational document related to physical infrastructure or environmental management within a specific geographic range.
    The 2025 Hazard Tree Survey focuses on pruning and trimming small canopy trees in the Cantonment and Ranges areas, specifically addressing pruning requirements, girdling roots, and structure pruning. The survey identifies numerous maples, walnuts, crab apples, basswoods, hackberries, river birches, oaks, elms, birches, locusts, and spruces across various locations (e.g., buildings 2100, 2171, 2187, 2111, 1571, 1538, State Patrol Building, Commemorative Area, 903, 1395, 1454, 1414, 2675, 2693, 2694, 1792 School, 1796 School, 2701, Headquarters, and NOC). Training for proper pruning techniques, including structure pruning and cutting girdling roots, will be provided. Specific instructions are given for each tree, such as raising canopies, removing V-crotches, addressing rubbing/crossing limbs, and removing dead or dying trees. Some trees are designated for training purposes before removal. The Ranges area was inspected and found to require no structure pruning. Some trees were noted for having girdling roots, with instructions to cut small roots but not large ones. Additionally, a warning was issued regarding planting oak trees under power lines.
    This document outlines a detailed list of Contract Line Item Numbers (CLINs) for various services, likely part of a government Request for Proposal (RFP) or contract. The CLINs cover a broad range of operational and maintenance tasks, including project management, equipment and materials, upkeep of paved and unpaved surfaces, trails, snow and ice removal, grounds maintenance (grass cutting, turf repair), tree and shrub maintenance, fire break maintenance, barrier placement, material site maintenance, hazardous material spill cleanup, and stream sediment trap excavation. It also includes sections for unpriced staffing matrices, identifying job classifications, organizational chart position numbers, occupation codes, workload indicators, schedules, type of employment (SCA, Exempt, or CBA), and time per task in man-hours. The document is structured to facilitate detailed costing and resource allocation for these services.
    The provided document is an
    The document outlines a comprehensive grounds maintenance contract for Fort McCoy, Wisconsin, effective July 23, 2025. The contractor is responsible for inspecting, servicing, maintaining, and landscaping various ground categories: improved, semi-improved, and unimproved areas across cantonment and training ranges. Services include mowing, trimming, edging, fertilizing, seeding, debris removal, and specialized tree care, such as hazardous tree surveys, removal, and pruning. The contract emphasizes maintaining a professional appearance, adhering to specific height requirements for different ground types, and managing invasive species. It also covers firebreak maintenance, erosion repair, and special services like airfield grounds maintenance and support for installation events. Strict compliance with federal, state, and local environmental and safety regulations is required, particularly concerning herbicide application, hazardous waste, and protected species. The contractor must provide all necessary equipment, labor, and supervision, ensuring personnel are qualified and certified where applicable. Special equipment requirements include mulching blades and turf tires for mowers in high-visibility areas.
    The Fort McCoy, Wisconsin government file, dated July 24, 2025, details the requirements for SERVICE 408 Pavement Clearance, focusing on snow, ice, and sand removal as part of Roads and Grounds Maintenance. The contractor is responsible for clearing various paved and unpaved surfaces, including roads, parking lots, airfields, and sidewalks, in accordance with the installation's Snow and Ice Removal Plan and specified priorities. Key responsibilities include continuous monitoring of weather conditions, 24/7 response to hazardous accumulations, and adherence to strict timelines for clearing high-priority areas like Airfield Snow Removal. The scope of services also covers pre-treatment with de-icing materials, pavement sweeping, and managing specialized locations such as Child Development Centers and railroad switches. The contractor is liable for any property damage during operations and must ensure safety, immediately notifying authorities of any incidents. The government will supply salt and sand/salt mix, while the contractor is responsible for acquiring and managing airfield de-icing agents. The document emphasizes safety, compliance with regulations like AR 420-1 and FAA requirements, and the submission of a comprehensive Snow and Ice Removal Plan with annual updates.
    The document outlines a federal government Request for Proposal (RFP) for Facilities Maintenance, specifically focusing on Horizontal and Other Roads and Grounds Maintenance at Fort McCoy, Wisconsin. The Contractor will be responsible for maintaining and repairing roads, parking lots, airfield runways/taxiways, unpaved surfaces, tank trails, culvert and ditch systems, and barrier placement. Key services include pothole repair, grading, vegetation control, and hazardous material spill cleanup. The work is categorized as either routine (paid monthly) or Service Orders (SO), which are firm fixed-price tasks issued by the Government. The Contractor must adhere to federal, state, and local regulations, coordinate with various agencies, and provide schedules and reports. Safety protocols, such as Digger's Hotline notification for excavations and range safety procedures, are mandatory. The RFP emphasizes the need for an innovative approach to accommodate flexible work hours, including emergency response, and outlines procedures for material acquisition and disposal. Specific locations for stream sediment trap excavation are provided, with details on estimated sediment removal and coordination with environmental personnel.
    The Installation Roads and Grounds Contract Performance Requirements Summary (PRS) outlines the performance objectives, standards, surveillance methods, and incentives/disincentives for a contractor managing installation roads and grounds. Key areas of performance include timely submission of plans (Phase-In, Safety, Quality Control, Contingency, Snow and Ice Removal), accident reporting, key personnel changes, work clearances, security documentation, and hazardous material spill cleanups. The document details specific standards for various services such as grass length maintenance (between 9” and 12” for airfield grounds), tree maintenance, snow and ice removal (e.g., clearing priority areas by 4:30 AM, maintaining accumulation at 1” or less), and road maintenance (e.g., 2” compacted gravel, eliminating potholes >4” diameter, no standing water on unpaved roads). Surveillance methods primarily involve 100% inspection and random sampling, with some customer complaints. Incentives include positive CPARS narratives and full payment, while disincentives involve negative CPARS narratives, invoice reductions (e.g., 15% for key personnel vacancies, 1% of monthly invoice for various deficiencies, 10% for defective service orders), and the recognition that defective performance can occur unintentionally.
    The Fort McCoy Directorate of Public Works (DPW) Roads and Grounds Maintenance contract outlines numerous deliverables and requirements for contractors. Key aspects include comprehensive plans for phase-in/phase-out, safety, quality control, and contingency operations. Contractors must adhere to strict deadlines for submitting various documents such as background check information, key personnel resumes, accident reports, and monthly damage reports. Specific training, including AT Level I, OPSEC, and iWatch, is mandatory for employees. The contract also details requirements for managing hazardous materials, including spill plans and EESOH-MIS tracking. Furthermore, it covers operational aspects like traffic flow, work clearances, weed control licenses, and detailed schedules for airfield grounds maintenance and snow/ice removal. Regular communication with the COR (Contracting Officer's Representative) is emphasized for notifications and approvals, ensuring compliance and smooth execution of services.
    The document outlines the 'Roads and Grounds Services for Fort McCoy, WI Installation' project, detailing Contract Line Item Numbers (CLINs) for a base period (April 1, 2026 - February 28, 2027) and four option years. Services include project management, equipment, paved and unpaved road maintenance, trail maintenance, snow and ice removal, April operations (snow/mowing), grounds maintenance (grass cutting, weed trimming, turf repair), tree/shrub maintenance (hazardous tree surveys, removal, pruning, planting), fire break maintenance, barrier placement, material site maintenance, hazardous material spill cleanup, and stream sediment trap excavation. CLIN 0016 (RFP Service Orders) and CLIN 0017 (Materials) have fixed plug numbers with specified dollar amounts for each period. The total contract value, including the base period, four option years, and a six-month option to extend, is $1,257,500. The document also provides instructions for vendors to fill in pricing details, labor burden cost data, and other financial calculations, emphasizing adherence to embedded formulas.
    This document is a Wage Determination Log for Fort McCoy in Monroe, WI, identified by Wage Determination Number 2015-4929. The log indicates that a Collective Bargaining Agreement (CBA) will be incorporated later via an amendment. For detailed wage determinations, users are directed to sam.gov/wage-determinations, where they can search by the provided Wage Determination Number. The document also lists a Facility ID Number (29), a Revision Number (7/7/2025), and a Date of Revision, although the Revision Number appears to be a date in this context. The primary purpose of this log is to provide a reference for wage determinations pertinent to government contracts or projects in the specified location.
    The document is a solicitation for Roads & Grounds Services at Fort McCoy, WI, issued by W911SA. It is designated as a Women-Owned Small Business (WOSB) set-aside with a NAICS code of 561210 and a size standard of $47,000,000.00. The solicitation outlines a base year and four option years for various services including project management, equipment and operating materials, paved and unpaved road maintenance, trail maintenance, snow and ice removal, April operations (snow removal or grounds maintenance), grass cutting, turf repair, tree/shrub maintenance, fire break maintenance, barrier placement, material site maintenance, hazardous spill clean-up, stream sediment trap excavation, and other services via Request For Proposal (RFP) line items. Materials are designated as a cost-reimbursable CLIN. The inspection and acceptance location for all services is the W0XY Director of Public Works at Fort McCoy.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Sensitive Document Destruction at Fort McCoy, Wi
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide Sensitive Document Destruction Services at Fort McCoy, Wisconsin. This procurement involves non-personal services that encompass all labor, transportation, equipment, materials, supervision, and other necessary items to ensure the secure destruction of sensitive documents, in accordance with the Performance Work Statement and the terms of the solicitation. Such services are critical for maintaining confidentiality and compliance with federal regulations regarding sensitive information. The contract period is set to commence on February 16, 2026, and will run until February 15, 2027, with four optional twelve-month extensions and a six-month option to extend services. Interested parties can reach out to Laurie Lago at laurie.e.lago.civ@army.mil for further inquiries.
    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.
    UXO Clearance Services - Fort McCoy
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Unexploded Ordnance (UXO) Clearance Services at Fort McCoy. The procurement aims to ensure the safe removal and remediation of hazardous materials, which is critical for maintaining the safety and usability of military training areas. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 562910, focusing on remediation services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736 for further details regarding the solicitation process.
    Propane Supply and Delivery - Fort McCoy, WI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement and delivery of approximately 145,000 gallons of propane gas annually to Fort McCoy, Wisconsin. The contract is intended to cover the period from April 1, 2026, to March 31, 2031, highlighting the importance of a reliable propane supply for the operations at the facility. Interested vendors can reach out to Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil for further details regarding the solicitation process.
    Snow Removal Services at UT009 in the state of Utah
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal snow removal services at UT009 in the state of Utah. The contract will cover a performance period from February 1, 2026, to October 31, 2026, with the potential for four additional twelve-month option periods and a six-month option to extend services. These services are crucial for maintaining safe and accessible environments during winter months, ensuring operational readiness at military facilities. Interested small businesses are encouraged to reach out to Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details regarding the solicitation process.
    Local Exchange Services for Fort McCoy, WI.
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide local exchange services for Fort McCoy, Wisconsin, through a Request for Quote (RFQ) identified as W91RUS25QA015. The procurement involves delivering local voice and data circuits, including installation and maintenance of various telecommunication services, as outlined in the attached Statement of Work (SOW). These services are critical for official government use and include features such as E911 services, directory assistance, and compliance with safety and security regulations. Interested contractors must submit their quotations, including technical solutions and past performance information, to the primary contact, Scot Stedman, at scot.c.stedman.civ@army.mil by the specified deadline. The contract will be awarded based on price and technical capability, with a performance period spanning a base year and four option years.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is soliciting proposals for the construction of a stream bridge to replace NRP-03. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The construction of this bridge is critical for maintaining infrastructure and ensuring operational capabilities at Fort McCoy. Interested contractors can reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process and requirements.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, through the U.S. Army's 928th Contracting Battalion, is seeking proposals for a Firm-Fixed Price (FFP) contract for grounds maintenance services at the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The contract will cover a range of services including grass mowing, aerification, fertilization, and tree maintenance across multiple kasernes, with a performance period starting April 1, 2026, and extending through a base year and four option years. This procurement is crucial for maintaining the operational readiness and aesthetic standards of military facilities, ensuring a safe and well-kept environment for personnel and their families. Interested contractors, particularly Women-Owned Small Businesses (WOSB), must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with further inquiries directed to Contract Specialist Kimberly Marra at kimberly.l.marra.civ@army.mil.
    Snow and Ice Removal Services Requirement in Support of U.S. Army Reserve Center in Lewisburg, WV
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is seeking qualified contractors to provide snow and ice removal services at the Lewisburg U.S. Army Reserve Center in West Virginia. The requirement includes comprehensive snow and ice management for a 12-month period, with options for four additional years, ensuring safe and accessible conditions across various facility areas, including paved surfaces, sidewalks, and emergency access points. This service is critical for maintaining operational readiness and safety during winter months, with specific performance standards outlined in the attached Performance Work Statement and Snow Removal Map. Interested parties must submit their capability statements and relevant company information to Nancy Zeng at nancy.m.zeng.civ@army.mil by December 23, 2025, at 1:00 PM EST, as this is a follow-on requirement to a previous contract.