Grounds Maintenance Services for CO147 in Colorado Springs, CO
ID: W911SA25QA021Type: 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
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 27, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services for the Army Reserve facility CO147 located in Colorado Springs, Colorado. The procurement involves comprehensive landscaping services, including lawn care, foliage management, and seasonal cleanup, with a contract duration of one base year and four optional years, primarily active from April to November. This initiative is crucial for maintaining the facility's exterior and ensuring compliance with federal and state guidelines for grounds maintenance. Interested small businesses are encouraged to submit their quotes, with a total contract value estimated at approximately $9.5 million. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 27, 2025, 4:04 PM UTC
This document serves as an amendment to a federal solicitation, extending the deadline for offer submissions. It outlines the procedures for acknowledging the amendment, including options for vendors to confirm receipt before the specified deadline. Vendors can change previously submitted offers using formal communication referencing the amendment. The amendment includes responses to vendor questions in an attached document and maintains the original solicitation’s terms, ensuring continuity. The primary administrative details involve contact information for the contracting officer and the specifics of the solicitation and contract modifications. It highlights the importance of timely acknowledgment and communication from the vendors to avoid rejection of offers. Overall, this amendment reinforces adherence to federal procurement guidelines while facilitating improved vendor communication.
Jan 27, 2025, 4:04 PM UTC
The Performance Work Statement (PWS) outlines a contract for grounds maintenance services at the Army Reserve facility CO147 in Colorado Springs, CO. The contractor is responsible for providing all personnel, materials, tools, and equipment necessary to maintain the facility’s exterior, including lawn care, foliage management, and seasonal cleanup to ensure a professional appearance. The contract spans one base year and four 12-month options, with active work primarily occurring from April to November. Quality control is the contractor's responsibility, ensuring compliance with standards outlined in the PWS, with the Contracting Officer Representative (COR) evaluating performance. The document details corrective action protocols for service nonconformities, employee identification requirements, and antiterrorism training necessary for access to Army installations. Additionally, it emphasizes the contractor's accountability for damages, the importance of utilities conservation, and mandates onsite reporting for safety and maintenance issues. Overall, this document serves as a comprehensive guideline for executing the contract while adhering to federal regulations and standards for quality and security.
Jan 27, 2025, 4:04 PM UTC
The document provides a comprehensive listing of pesticides approved for use by the Department of Defense (DoD), as overseen by the Armed Forces Pest Management Board (AFPMB). It details various types of pesticides, including herbicides, insecticides, repellents, rodenticides, and FIFRA 25(b) exempt products. Each entry specifies the product type, name, mode of action, packaging, and eligibility for various DoD users. The document mandates that all pesticide applications must be performed by certified personnel and emphasizes pre-approval from a pest management consultant. Additionally, the document outlines procurement procedures, including emergency procurement resources through the Defense Logistics Agency (DLA). It categorizes pesticides according to their modes of action, providing clarity on their usage and application guidelines. The communication channels for inquiries are included, demonstrating a structured approach to pest management within the military framework. This listing underscores the importance of safety, compliance, and effective pest control in maintaining operational readiness for the DoD, reflecting government priorities in environmental health and military logistics.
Jan 27, 2025, 4:04 PM UTC
The document outlines a Q&A session regarding Lawn Maintenance Services under a federal RFP. It clarifies the scope of work for different types of lawn maintenance, specifically Types 1 to 4, emphasizing frequency for mowing, aeration, fertilization, and weed control. Type 1 mowing is to be maintained regularly, while Type 4, which includes native grasslands, requires annual mowing during the dormant season. Initial cleanup is not necessary, and access to specific fenced areas is limited to normal business hours. Guidelines for managing landscaped and native areas are provided, such as performing aeration only on Type 1 areas. Maintenance schedules for both Spring and Fall cleanups are defined, along with a reminder to complete necessary forms to report pest management applications. Previous contract details can be referenced in a specific document section. Overall, the document serves to provide clarity for potential contractors on expectations and requirements for lawn maintenance services in compliance with the terms outlined in the RFP.
Jan 27, 2025, 4:04 PM UTC
The document outlines the Contract Requirements Package Anti-terrorism (AT) and Operations Security (OPSEC) review procedures for a specific Army contract (12132794 CO147 Grounds), with a submission date of May 17, 2024. Its primary purpose is to ensure that all contract requirements adhere to relevant security measures concerning AT and OPSEC, including information assurance, physical security, and law enforcement protocols. The review mandates that an organizational antiterrorism officer assess each requirements package before submission and that an OPSEC officer's review is also necessary. The document contains a checklist of applicable standard contract language provisions, such as AT Level I training for contractor personnel, security policy compliance, OPSEC training requirements, and protocols for handling classified information. Additionally, it specifies responsibilities and timelines for employees to complete necessary training and procedures, adhering to various Army regulations. The signatures of qualified personnel indicate compliance with security requirements. This structured approach emphasizes the importance of maintaining safety and security standards in defense procurement activities related to the Army.
Jan 27, 2025, 4:04 PM UTC
This document outlines the performance objectives and standards for contractors providing ground maintenance services to government facilities. Key requirements include supplying identification (ID) badges for employees, strict adherence to herbicide usage regulations, and the submission of service tickets for all maintenance activities. Such tickets must detail the services performed, dates, and include signatures from both the contractor’s point of contact and the government’s Contracting Officer Representative (COR). Incentives for compliance include positive performance narratives and full payment for services rendered, while non-compliance could lead to corrective action reports, negative performance evaluations, or reduced payments based on service value. Contractors are mandated to avoid unauthorized chemical usage unless approved by the COR. The structured approach ensures accountability, enhances service quality, and aligns with federal and state guidelines for grounds maintenance under the broader context of government procurement requirements. The document emphasizes the importance of documentation and compliance to maintain operational integrity within government facilities.
Jan 27, 2025, 4:04 PM UTC
The document outlines the required deliverables as part of a federal contract, specifying various reports and documentation needed for compliance. Key deliverables include Safety Data Sheets (SDS) for hazardous materials, identification of contract employees, and certificates of training such as AT Level I and OPSEC Level I, all to be submitted in specific formats (written/email) and within defined timelines. For example, the submission of employee training certificates is required within 60 days of training completion, while a list of employees who underwent iWATCH training must be submitted no later than 60 days post-contract award. Additionally, service tickets related to fertilizer application and pest management must be reported within 30 days of work performed. Required insurance documentation must be provided within ten days post-contract award and annually thereafter. The emphasis is on consistent record-keeping and timely submission to maintain compliance with the contract's expectations, underpinning the government's commitment to safety, proper training, and operational transparency in contract execution.
The Wage Determination Log provides essential information regarding wage determinations for contractors and subcontractors in the Colorado Springs, El Paso County area, specifically in Colorado. It references the Wage Determination number CO147 and instructs users to visit the government's SAM website for full details on wage determinations by location using the specified wage determination number. The document also includes a facility ID number and notes the date of revision as July 21, 2024. This log is pertinent to federal RFPs and grants, as accurate wage determinations ensure compliance with labor laws and regulations, thereby ensuring fair pay standards in public contracts.
Jan 27, 2025, 4:04 PM UTC
The document outlines a price schedule for Grounds Maintenance Services under Solicitation Number W911SA25QA021. It includes various pricing structures for different types of maintenance services divided into several Contract Line Item Numbers (CLINs), covering both base periods and multiple option periods. Each CLIN specifies quantities for services such as Type I and Type IV mowing, weed and feed jobs, and spring and fall clean-up tasks, with quantities ranging from monthly services to semi-annual and annual maintenance options. There are also provisions for calculating totals for each option period, including a provision for a six-month contract extension. The main purpose of the document is to facilitate a transparent bidding process for contractors providing grounds maintenance, ensuring adherence to pricing guidelines and automated calculations. The structured approach enables clear identification of service quantities and associated costs, which are essential for budgeting and contract execution within government procurement frameworks.
Jan 27, 2025, 4:04 PM UTC
The file outlines a federal Request for Proposals (RFP) for a project aimed at improving public infrastructure and community resilience through federal grants. The main purpose of the RFP is to solicit innovative solutions that address challenges such as infrastructure decay, environmental impacts, and community preparedness for natural disasters. Key ideas include the timeline for submissions, eligibility criteria for applicants, and evaluation metrics focusing on sustainability, cost-effectiveness, and community engagement. Supporting details emphasize collaboration across governmental levels, the need for multiple stakeholders, and adherence to regulatory frameworks. The document also highlights funding parameters, specifying maximum grant amounts and the importance of measurable outcomes. This RFP represents a proactive government approach to modernize infrastructure while fostering community involvement and resilience against future challenges. Ultimately, it aims to enhance quality of life through strategic investments in public services and infrastructure systems.
Jan 27, 2025, 4:04 PM UTC
This document is a service ticket template for Grounds Maintenance performed by a contracted vendor. It outlines various types of lawn maintenance services that can be provided, such as mowing, trimming, aeration, and herbicide application, and mandates the inclusion of a chemical report where applicable. The ticket requires the vendor to document each maintenance event with specifics, including service date, types performed, and comments regarding the work conducted. It also includes spaces for vendor and designated representative names for check-in and check-out purposes. Importantly, the document states that it does not serve as proof of service acceptance, allowing the government the right to inspect work at its discretion. This ticket is crucial for record-keeping and ensuring accountability in the management of grounds maintenance under federal and local contract agreements.
The 88th Readiness Division has implemented a Universal Pest Management Application Reporting Form to standardize documentation for pest management operations. This form is required for each application and captures critical information regarding the date, location, type of pest control operation, site description, targeted pests, area treated, applicator details, pesticide/herbicide used, and additional comments relevant to environmental conditions and operational observations. Each entry underlines specific factors such as the pesticide's trade name, active ingredients, formulation, quantity applied, and final concentration, ensuring compliance with regulations. The form ultimately seeks to enhance pest management practices within the division while promoting accountability and clarity in pest control operations, thereby supporting public health and safety within government facilities. The document serves as a vital tool for maintaining thorough records of pest management efforts and facilitates communication with the 88th Pest Management Center.
Jan 27, 2025, 4:04 PM UTC
The document outlines a solicitation for a contract related to grounds maintenance services at Army Reserve Facility CO147 in Colorado Springs, Colorado. The main requirements include providing labor, transportation, and equipment for monthly grounds maintenance, weeding, and semi-annual clean-up over an active performance period of eight months (April through November). The total budget for the contract is approximately $9.5 million, and the project will operate under a firm fixed-price model. The solicitation is targeted toward women-owned small businesses, including economically disadvantaged women-owned businesses. Key delivery and performance expectations are outlined, with provisions for inspection and acceptance based on adherence to federal, state, and local laws. Clauses concerning federal acquisition regulations and various compliance requirements are incorporated throughout. Overall, this solicitation reflects the government’s objective to engage small businesses, enhance local economic opportunities, and ensure quality service through detailed contractual obligations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Grounds Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal Grounds Maintenance Services at installation IL051, as outlined in the attached Performance Work Statement (PWS). The contract will encompass all necessary landscaping services in compliance with federal, state, and local laws and regulations, with a performance period from June 1, 2025, to May 31, 2026, including four optional twelve-month extensions and a six-month option to extend services. These services are crucial for maintaining the operational readiness and aesthetic standards of military facilities. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details regarding the solicitation process.
16 EWS Landscape Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a landscaping project at the 16th Electromagnetic Warfare Squadron (EWS) located at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to enhance the outdoor space surrounding Building 2027, which includes the installation of native trees, shrubs, picnic tables, and waste disposal receptacles, while adhering to federal, state, and environmental regulations. This project aims to create a functional and environmentally conscious outdoor area for personnel, supporting operational needs and enhancing community amenities. Quotes are due by May 8, 2025, with a site visit scheduled for April 24, 2025; interested parties should direct inquiries to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil.
Grounds Maintenance Services, Birch Hill Dam and Tully Lake Dam, Royalston, MA
Buyer not available
The U.S. Army Corps of Engineers is seeking qualified contractors to provide Grounds Maintenance Services at Birch Hill Dam and Tully Lake Dam in Royalston, Massachusetts. The procurement requires the contractor to furnish all necessary equipment, materials, labor, and transportation to perform tasks such as mowing, spring and fall cleanups, and pavement sweeping, all in compliance with safety and environmental regulations. This initiative is crucial for maintaining the visual appeal and functionality of these federal recreational sites, enhancing visitor experiences while ensuring proper stewardship of public spaces. The total contract value is estimated at $9.5 million, with a performance period extending until December 2026, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
Grounds Services Multi-site WI088 (WI003, WI047, WI050)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal grounds maintenance services across multiple sites in Wisconsin (WI088, WI003, WI047, WI050). The procurement includes a base period of performance from May 1, 2025, to March 31, 2026, with four optional twelve-month extensions available, as well as a six-month option to extend services further. These landscaping services are crucial for maintaining the aesthetic and functional quality of military installations, ensuring a safe and pleasant environment for personnel. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Amy Lewellen at amy.e.lewellen.civ@army.mil or 520-706-0368, or Christopher Brown at christopher.m.brown67.civ@army.mil or 502-898-2527 for more information.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for Grounds Maintenance Services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order to fulfill landscaping and groundskeeping needs, as detailed in the attached Performance Work Statement and Site Map. This opportunity is set aside exclusively for Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), highlighting the importance of supporting diverse business participation in federal contracting. Interested parties should note that the estimated start date for the contract is approximately June 25, 2025, and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil for further inquiries.
Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
Buyer not available
The U.S. Army Corps of Engineers - New England District is soliciting proposals for Grounds Maintenance Services at North Springfield Lake and the Upper Connecticut River Basin in Vermont. The procurement requires vendors to provide all necessary equipment, materials, labor, and transportation to maintain designated areas, with a total award amount of $9,500,000. This contract is crucial for ensuring the upkeep of the grounds, adhering to safety and environmental regulations, and promoting small business participation. Interested parties must submit their offers by April 21, 2025, at 2:00 PM Eastern time, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Grounds Maintenance Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking a contractor to provide Grounds Maintenance Services for the Washington Aqueduct Division in Washington, D.C. The procurement aims to maintain approximately 129 acres of grounds at the Dalecarlia and McMillan Water Treatment Plants, ensuring safe and reliable drinking water for over one million residents in the area. This contract is particularly significant as it supports the operation of essential water treatment facilities, and the services required will include all labor, supervision, tools, materials, and management necessary for effective grounds maintenance. The solicitation is expected to be available on or about April 25, 2025, and interested parties can access it electronically at no charge through the Procurement Integrated Enterprise Environment (PIEE) and SAM.gov. For further inquiries, potential bidders may contact Monique Euter at monique.l.jones@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil.
Mowing and Planting Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide mowing and planting services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement includes a base year of service along with two option years, emphasizing the importance of maintaining the landscaping and grounds of this critical flood control infrastructure. Interested parties should note that the proposal due date has been extended to 2:00 PM AKDST on April 16, 2025, and are encouraged to reach out to the primary contact, Ernest Woods, at ernest.l.woods@usace.army.mil or by phone at 907-753-2547 for further inquiries. This opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 561730 for Landscaping Services.
Amendment 0001 Tree Maintenance Services at Fort Lyon National Cemetery
Buyer not available
The Department of Veterans Affairs, through the National Cemetery Administration, is seeking qualified contractors to provide tree maintenance services at Fort Lyon National Cemetery in Las Animas, Colorado. The procurement includes a range of services such as tree and stump removal, pruning, trimming, cabling, cavity repair, and root pruning, all of which must be supervised by a Certified Arborist to ensure compliance with safety and aesthetic standards. This contract is particularly significant as it underscores the government's commitment to maintaining the cemetery's grounds in a respectful manner for visitors. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by April 18, 2025, at 4 PM EST, and can direct inquiries to David Hester at David.Hester@va.gov, with a site visit scheduled for April 11, 2025, at 11 AM.
S--YAO Grounds Maintenance
Buyer not available
The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors for grounds maintenance services at the Yuma Area Office. The procurement includes comprehensive year-round maintenance tasks such as initial clean-up, watering, trimming, fertilizing, weed control, and the upkeep of flowerbeds and irrigation systems, requiring contractors to have a licensed arborist and maintain necessary pesticide and herbicide certifications. This opportunity is a 100% Small Business Set-Aside, with a contract expected to be awarded as a firm fixed price for a base year and one option year, with the solicitation anticipated to be released around April 21, 2025. Interested parties should contact Kathleen Berry at kberry@usbr.gov for further inquiries and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award.