Grounds Maintenance Services at MN076 (Multi-site) Fort Snelling, MN
ID: W911SA-25-Q-A007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Fort Snelling, Minnesota, under the solicitation number W911SA25QA007. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-ups, with a total estimated award amount of $9.5 million and a contract duration starting from February 1, 2025, to January 31, 2026, with four optional renewal periods. This procurement is particularly significant as it supports the maintenance of military facilities, ensuring they remain safe and aesthetically pleasing, while also promoting participation from small businesses, including those owned by women. Interested contractors must submit their proposals by January 23, 2025, and can direct inquiries to Kirstin Dutzle at kirstin.l.dutzle.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance at six Army Reserve facilities in Minnesota. The contractor is responsible for providing all necessary personnel, equipment, labor, and materials to perform specified services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-ups. The contract, governed by strict standards, emphasizes maintaining professional aesthetics of the grounds. The contract spans one base period with four 12-month options and includes guidelines for quality control, performance evaluations, and corrective actions for any non-conformities. The contractor must also manage utilities conservation and secure handling of government-issued keys. Additional provisions cover contractor training requirements, safety regulations, and identification protocols for all personnel accessing government sites. The essence of this PWS lies in ensuring professional upkeep of Army Reserve sites via meticulous grounds maintenance while adhering to government standards and operational security protocols. The document serves as a comprehensive guide for contractors to align with the government's objectives for maintaining tidy, safe, and accessible military facilities.
    The document is a Wage Determination under the Service Contract Act (SCA) by the U.S. Department of Labor detailing wage rates and requirements for federal contracts. It outlines minimum wage standards set by Executive Orders 14026 and 13658, mandating compensation based on contract award dates and specific wage rates for covered workers in Minnesota counties, including Dodge, Fillmore, and Olmsted. Contractors must adhere to specified pay scales for various occupations, which include administrative, automotive, health, food service, and protective service roles, with hourly rates provided for each classification. Fringe benefits such as health and welfare, paid time off, and holiday pay are also outlined, as well as stipulations for uniform allowances and paid sick leave under Executive Order 13706. The document emphasizes compliance with these wage rates and benefits to ensure fair compensation for workers involved in service contracts, enhancing accountability for contractors in meeting federal labor standards. This approach supports the government's commitment to protecting labor rights while delivering services effectively within federal contracts.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, specifying minimum wage requirements for various occupations. The key focus is on wage rates applicable to federal contracts, highlighting two Executive Orders: EO 14026, establishing a minimum wage of $17.20 per hour since January 30, 2022, and EO 13658, mandating at least $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination details specific occupational codes, corresponding titles, and their respective wage rates across Minnesota regions and additional information on required fringe benefits, such as health and welfare payments. Furthermore, the document outlines requirements related to paid sick leave under EO 13706 and provides guidelines for contractors on conforming unlisted jobs, emphasizing compliance and accountability in payment practices. It highlights the necessity for contractors to provide uniforms and details the procedures to request wage rate adjustments for classifications not initially included in the determination, showcasing a comprehensive framework to ensure fair labor standards in government contracts.
    The document titled "Standard List of Pesticides Available to DoD Components and Agencies" outlines approved pesticides for use by various Department of Defense (DoD) entities, as authorized by the Armed Forces Pest Management Board (AFPMB). It emphasizes that pesticides must be pre-approved for use by certified pest management consultants and applied solely by trained personnel. The list categorizes pesticides into six sections: herbicides/fungicides, repellents, insecticides, FIFRA 25(b) exempt products, rodenticides, and surfactants, detailing product specifications, including NSN, manufacturer, and application guidelines. Changes to the list are highlighted, ensuring that users remain informed of updates. Additionally, the document provides information on emergency procurement processes through the Defense Logistics Agency (DLA) for insecticides and pest management equipment, reinforcing the importance of timely supply in urgent situations. By conveying crucial guidelines and resources, the document serves as an essential reference for DoD personnel involved in pest management operations, facilitating compliance with federal regulations and ensuring safe application practices.
    The document outlines the required deliverables for a government contract in the context of safety and compliance. Key deliverables include Safety Data Sheets (SDS) for hazardous materials, identification documentation for contract employees, and various training certifications, including AT Level I and OPSEC Level I, all of which must be reported to the Contracting Officer Representative (COR) within specified timeframes. It specifies submission formats (written or emailed) and deadlines, such as ID badge lists prior to employee access to government facilities and training certificates within 30 days of contract commencement. Additionally, the document mandates the submission of service tickets and application reporting forms related to pest management within 30 days alongside invoices, on a monthly basis, ensuring accurate record-keeping. Required insurance documentation must be submitted to the COR within 10 days of contract award, repeating annually. This structured documentation ensures accountability and compliance with government regulations, reflecting the contract's emphasis on safety standards and employee readiness in handling hazardous materials and training obligations.
    The document outlines various federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at enhancing public service projects. Key topics include funding availability for infrastructure development, educational programs, community health initiatives, and environmental sustainability. Each RFP emphasizes the need for applicants to demonstrate capability, experience, and alignment with federal regulations and community needs. Specific requirements include project proposals that outline goals, methodologies, and budget plans, along with compliance with applicable laws. The document aims to guide potential applicants in preparing competitive submissions, focusing on innovation, effectiveness, and community impact. Additionally, it underscores the importance of sustainable practices and partnerships in strengthening project outcomes. Overall, this government resource serves as a vital tool for organizations seeking funding and support to facilitate public service advancements.
    The government file pertains to a Request for Proposals (RFP) aimed at securing funding for a comprehensive community development initiative. This project is designed to enhance local infrastructure, promote economic growth, and improve public services in underserved areas. Key components of the proposal include plans for revitalizing public spaces, upgrading transportation systems, and expanding access to essential services such as healthcare and education. The document specifies eligibility criteria for applicants, funding limits, and evaluation metrics to assess the efficacy of proposed solutions. Moreover, it outlines a collaborative framework encouraging partnerships among government agencies, non-profit organizations, and private sector stakeholders to foster innovative solutions tailored to community needs. The timeline for proposal submissions and project implementation phases is detailed, emphasizing accountability and transparency throughout the process. Ultimately, the objective of this RFP is to drive systemic change that benefits marginalized populations, ensuring equitable access to resources and opportunities for sustainable development.
    This Service Ticket document outlines the procedures for grounds maintenance services contracted by the government. It requires the vendor to specify the type of lawn maintenance provided, which includes options like mowing, trimming, edging, and various chemical treatments, alongside a section for comments. The vendor's employee names must be recorded during check-in and check-out, and designated representatives must also sign off on these entries. While the Service Ticket serves as a log for services performed, it clarifies that it does not confirm inspection or acceptance of the services rendered. Furthermore, the government retains the right to inspect work performance at any time, ensuring compliance with contract requirements. This document is integral to managing and documenting maintenance activities as part of federal or local RFP agreements.
    The 88th Readiness Division has introduced a Universal Pest Management Application Reporting Form to streamline pest control operations. The form requires detailed information for each pest management procedure, including the date and location of application, type of pest control methods used, pest species targeted, area treated, and specifics of the pesticide or herbicide applied. Key components include the active ingredients and formulation of the products, the total amount applied, and any relevant comments regarding operational conditions. An applicator's signature and certification details must also be provided, alongside documentation indicating that a copy was sent to the 88th Pest Management Coordinator (PMC). This form serves to ensure compliance with pest management practices and documentation standards within federal and local programs, contributing to effective pest control and regulatory adherence.
    This government document outlines a Request for Proposal (RFP) for grounds maintenance services under the Women-Owned Small Business (WOSB) program. The contract, numbered W911SA25QA007, is set to commence from February 1, 2025, and will last until January 31, 2026, with four optional renewal periods. Key services include monthly grounds maintenance, semi-annual cleanup, and annual weed and feed treatments across multiple designated sites. The total estimated award amount is $9.5 million. The document specifies requirements for contractors including compliance with all applicable laws and standards, along with a deliverable and performance evaluation process. Contractors must complete specified blocks in the solicitation and adhere to payment terms for the contract work. Additionally, it incorporates numerous federal and defense acquisition regulations (FAR and DFARS), emphasizing contractor obligations regarding performance and billing. Overall, the document serves as a formal solicitation for skilled contractors to deliver essential grounds maintenance services while facilitating the participation of women-owned businesses and ensuring adherence to federal contracting standards. It highlights the government's commitment to supporting small businesses while maintaining public service infrastructure.
    This document serves as an amendment to a solicitation, specifically modifying submission guidelines and deadlines concerning a contract number W911SA25QA007. The purpose of the amendment is to address contractor inquiries and to extend the deadline for submitting offers from January 21, 2025, at 10 AM CST to January 23, 2025, at 10 AM CST. The document delineates methods by which offerors must acknowledge receipt of the amendment, underlining the importance of timely acknowledgment to avoid rejection of offers. It also accommodates any changes to previously submitted offers, requiring references to both the solicitation and the amendment. Additionally, it outlines the necessity for contractors to sign and return copies of the modification. Core elements of the amendment include necessary administrative modifications while maintaining that all original terms and conditions remain in effect unless specifically altered. This procedural document emphasizes compliance and offers clearer instructions for stakeholders involved in the contracting process.
    The file, W911SA-25-Q-A007, comprises a series of questions and answers related to an upcoming solicitation for government contracts. Key topics include the requirement for various training sessions like AT Level 1, iWatch Army Training, and OPSEC Training, all conducted post-award. It clarifies that contractors will not be eligible for a Common Access Card but must follow appropriate access protocols. Notably, CMMC certification is not required, but contractors must use the Wide Area Workflow/IRAPT system for processing payments, which are typically made within 30 days of government invoice acceptance. A reminder is given about the submission deadline of 1/9/25, with instructions to email proposals to the designated point of contact. Supplemental information can be located in specific addendums within the solicitation. This document ultimately serves to guide potential bidders through the administrative and procedural aspects of responding to the solicitation.
    The document outlines the solicitation number W911SA25QA007, related to a government contract for grounds maintenance and related services in Minnesota, covering several contract line item numbers (CLINs). The procurement includes various tasks such as grounds upkeep, spring and fall clean-up, and weed control across multiple locations, specifically identified as MN001 to MN042. The proposal details pricing for different service units – monthly charges and per-instance costs associated with each CLIN for four option years, along with a base period and a potential six-month extension. Notably, all prices are to be calculated up to two decimal places, reflecting a structured pricing schedule that emphasizes clarity for bidding purposes. This document serves as a reference for vendors to formulate competitive bids while adhering to federal guidelines for contracting services. Overall, it emphasizes the systematic approach taken by the government regarding RFP management and contractor engagement for environmental maintenance services.
    This government document outlines performance objectives, standards, and associated incentives and disincentives for a contractor involved in grounds maintenance services. Key requirements include providing employees with ID badges, ensuring compliance with herbicide usage regulations, and maintaining service tickets for all maintenance activities. Each service performed must be documented with a ticket, specifying the date and services rendered, along with signatures confirming attendance. The contractor must submit these tickets with monthly invoices. Incentives for compliance include a positive CPARS narrative and full payment for services, whereas non-conformity could lead to a Corrective Action Request (CAR), potential negative evaluations, and payment deductions reflecting service quality. Stringent monitoring ensures adherence to standards, with a focus on proper documentation related to various lawn care activities, including clean-ups and fertilization applications. This document serves to clarify expectations and uphold high-quality performance in federal contracts related to lawn maintenance and care, highlighting the rigorous standards contractors must meet to secure favorable outcomes in their agreements with the government.
    The document outlines a federal solicitation (W911SA25QA007) for grounds maintenance services across multiple locations in Minnesota. It includes a structured price schedule with Contract Line Item Numbers (CLINs) for the base period and four optional years, detailing expected monthly and per-item service quantities and unit pricing. The services requested comprise of regular grounds maintenance, spring/fall clean-up, and weed treatments, with specific locations designated for each service type. Notably, the pricing fields are not filled, indicating a request for proposals whereby vendors must submit their pricing. The contract's total value, including options for extending service, is to be calculated based on vendor submissions. This solicitation serves as a framework for potential bidders to provide competitive pricing for grounds maintenance services, emphasizing adherence to specified unit pricing and calculation instructions. This RFP is critical for the government to maintain public spaces effectively while ensuring cost-efficient use of federal funds.
    The document outlines the Contract Requirements Package for Antiterrorism and Operations Security reviews pertinent to Army contracts. Its primary purpose is to ensure the quality and compliance of Statements of Work (SOW) concerning various security measures, including antiterrorism (AT), operations security (OPSEC), information assurance (IA), and physical security. It mandates that all requirement packages, except for specific exempt contracts, must include a signed AT/OPSEC cover sheet and undergo mandatory reviews by organizational antiterrorism and OPSEC officers. The document specifies that contractors and their employees must complete various training programs, including AT Level I, OPSEC training, and IA awareness. It also details the requirements for contractor personnel needing physical access to Army installations and contractors involved in operations abroad. Additionally, it emphasizes the necessity for established protocols for handling classified information, controlled unclassified information, and ensuring compliance with cybersecurity standards. Through this structured approach, the document aims to enhance the security preparedness of contracting personnel involved in Army operations while ensuring adherence to federal guidelines and security regulations. The rigorous review process ensures that contracts are executed with a high degree of security awareness and compliance.
    This document pertains to the amendment of a solicitation issued by the U.S. Army, modifying a prior request related to mowing services. It extends the deadline for acknowledgment of the amendment and outlines the procedures for contractors to confirm receipt, update offers if necessary, and comply with contract modifications. The amendment specifies the inclusion of an additional 9,460 square feet of Type 1 mowing around a pond and initial cleanup for another site. Relevant attachments, including updated price schedules and drawings, are also referenced. The document emphasizes the importance of contractor performance assessments, compliance with federal regulations, and the requirements for contractor insurance. Key points include the role of the Contracting Officer's Representative and the obligations for reporting service contract performance data. Lastly, all terms of the original solicitation remain in effect unless stated otherwise. This amendment reflects the government's ongoing efforts to maintain clarity and compliance within the contracting process while ensuring quality service delivery.
    The document outlines an amendment to a solicitation concerning a government contract (Amendment 0001). The primary purpose of this amendment is to extend the submission deadline for offers from January 9, 2025, at 10:00 AM CST to January 21, 2025, at the same time. It includes information on how contractors should acknowledge receipt of the amendment and the procedure for making changes to previously submitted offers. The document specifies that all existing terms and conditions remain effective unless otherwise noted. Additionally, it states that updated project documentation, including the Performance Work Statement (PWS), pricing schedule, and drawings, are under revision and will be released in a subsequent amendment. Contact information for the contract specialist, Kirstin L. Dutzle, is also provided for further inquiries. This amendment is part of standard procedures in federal solicitations and aims to ensure contractor participation and compliance with submission requirements.
    This document outlines an amendment to a solicitation for a government contract, notifying bidders of changes to the original solicitation. It extends the response due date to February 12, 2025, at 10:00 AM CST, and updates attachment 5, which includes the most recent wage determinations. The document specifies acknowledgment procedures for the amendment, detailing ways in which contractors must confirm receipt. Further included are essential modifications to contract terms, such as the designation of contracting officials, guidelines for contractor performance assessments, and requirements for insurance coverage. Contractors must adhere to federal, state, and local laws during contract performance. The summary of changes lists contract performance criteria, the role of the Contractor Performance Assessment Reports System (CPARS), and mandates regarding insurance provisions. Attachments relevant to the solicitation are enumerated, indicating supporting documentation that contractors must reference. The amendments aim to ensure clarity, compliance, and effective performance monitoring throughout the contract lifecycle, ultimately enhancing contractor accountability and project execution standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Grounds Maintenance Services at MI043 (Multi-Site)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple Army Reserve facilities in Michigan under the solicitation W911SA25QA076. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, and seasonal cleanups, with a focus on maintaining a clean and professional appearance across the sites. This procurement is crucial for ensuring the upkeep of military installations, which supports operational readiness and enhances the overall environment. The total award amount for this contract is estimated at $9,500,000, with offers due by 10:00 AM on February 21, 2025. Interested parties can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further inquiries.
    Grounds Maintenance Services for KS065 (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 Pittsburg, Kansas. The procurement encompasses a range of services including lawn mowing, aeration, fertilization, weed control, and seasonal cleanups, structured under a non-personal services contract with a base period and four optional renewal years. This contract is vital for maintaining the aesthetic and functional quality of military facilities, ensuring compliance with federal standards and effective service delivery. Interested small businesses are encouraged to submit their bids by filling out the pricing schedule and adhering to the specified requirements, with a total estimated contract value of $9,500,000 and a performance period commencing on April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    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 MI005, Bay City, MI
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the Army Reserve facility MI005 located in Bay City, Michigan. The procurement includes a range of services such as mowing, aeration, fertilization, and seasonal clean-up, with a contract period consisting of a base year and four optional annual renewals, emphasizing the importance of maintaining military facilities to specified standards. Interested small businesses are encouraged to participate in this total small business set-aside opportunity, with proposals due by February 24, 2025, at 10:00 AM. For further inquiries, potential bidders can contact Kayla Christian at kayla.j.christian.civ@army.mil.
    Grounds Maintenance for ND001 (Bismarck, ND)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide comprehensive grounds maintenance services at ND001 located at 3319 University Dr., Bismarck, ND. The procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. This contract is crucial for maintaining the aesthetics and functionality of the grounds, with a performance period starting from April 1, 2025, to March 31, 2026, and includes four optional twelve-month extensions and a six-month option to extend services. Interested small businesses should contact Crystal Johnson at crystal.j.johnson27.civ@army.mil or Francisco Arocho at francisco.j.arocho.mil@army.mil for further details.
    Grounds Maintenance OH105 Multiple Sites (MS) (OH004, OH044, OH048, OH051, OH094)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at multiple sites in Ohio, designated as the OH105 Multiple Sites. The procurement encompasses a range of services including monthly maintenance, seasonal clean-ups, and pest management, with a focus on maintaining a professional appearance of the grounds while adhering to safety and regulatory standards. This contract, valued at approximately $9.5 million, is set to commence on April 1, 2025, and will run for one base year with four optional renewal years. Interested vendors can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details and must ensure compliance with all outlined deliverables and performance requirements as specified in the solicitation documents.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Grounds Maintenance Services for fiscal year 2025. The contractor will be responsible for maintaining improved, semi-improved, and unimproved grounds, ensuring a clean and professional appearance while promoting healthy vegetation through services such as mowing, trimming, irrigation management, and pest control. This contract is crucial for maintaining the operational readiness and aesthetic standards of the base, with a performance objective of achieving a 95% maintenance standard for improved areas. Interested vendors must submit proposals by the anticipated solicitation date of January 31, 2025, with the award expected on April 1, 2025. For further inquiries, contact SSgt Merrick Ferguson at 325-654-5310 or SSgt James Molden at 325-654-5173.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 in Dodge City, Kansas. The contract, valued at approximately $9.5 million, encompasses a range of services including lawn maintenance, weed control, and seasonal clean-up, with a performance period from April 1, 2025, to March 31, 2026, and options for four one-year renewals. This procurement is crucial for maintaining the aesthetics and functionality of government properties, ensuring compliance with federal regulations and standards. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to participate in the bidding process.
    Sustain Aircraft Apron and Military Hwy
    Buyer not available
    The Department of Defense, specifically the 934th Airlift Wing of the United States Air Force, is seeking proposals for a Firm-Fixed Price contract to sustain the Aircraft Apron and Military Highway at the Minneapolis-St. Paul Air Reserve Base. The project involves comprehensive concrete repairs, including addressing joints, cracks, and spalls, and requires the contractor to provide all necessary services, permits, materials, and equipment to meet the specifications outlined in the Statement of Work and associated documents. This initiative is crucial for maintaining military infrastructure and ensuring operational readiness, with a contract value anticipated between $100,000 and $250,000. Interested contractors must monitor SAM.gov for the solicitation release on or after February 13, 2025, and can contact Karen Gillen at karen.gillen@us.af.mil or Chin Dahlquist at chin.dahlquist.1@us.af.mil for further information.
    W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Ground Maintenance Services at the Army Reserve Facility ID017 located in Hayden, Idaho. The contractor will be responsible for providing all necessary labor, transportation, equipment, materials, and supervision to perform monthly grounds maintenance services, adhering to the Performance Work Statement (PWS) and all applicable laws and regulations. This contract, which is set aside for small businesses, spans an active performance period of eight months from May through November, with specific tasks including mowing, trimming, and seasonal clean-up activities. Interested contractors can reach out to Crystal Johnson at crystal.j.johnson27.civ@army.mil or Shannon Baker at shannon.a.baker2.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.