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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    16 EWS Landscape Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a landscaping maintenance project at Peterson Space Force Base in Colorado, titled "16 EWS Landscape Maintenance." The project entails revamping the landscaping around Building 2027, which includes the installation of at least six native trees, eight native shrubs, a seating area for 20 people with picnic tables and shading structures, and a cell phone storage unit with lockable compartments. This initiative aims to enhance the functionality and aesthetics of outdoor spaces on the base, reflecting a commitment to improving communal areas. Interested contractors can reach out to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil for further details, with the project completion deadline set for January 22, 2025.
    Grounds Maintenance Services at NE024, Elkhorn, NE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for grounds maintenance services at the Army Reserve facility NE024 in Elkhorn, Nebraska. The procurement aims to secure comprehensive landscaping services, including lawn maintenance, weed control, and seasonal clean-up, with a total award amount estimated at approximately $9.5 million for the contract period from April 1, 2025, to March 31, 2026, along with options for renewal. This initiative not only emphasizes the importance of maintaining a professional appearance for military facilities but also encourages participation from women-owned small businesses, aligning with federal efforts to enhance small business engagement in government contracts. Interested contractors should reach out to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil for further details and to ensure compliance with the submission deadlines outlined in the solicitation documents.
    Grounds Maintenance Services for MO041 Saint Charles, Missouri
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility MO041 in Saint Charles, Missouri. The contract, designated as W911SA25QA071, encompasses a range of landscaping services including mowing, aeration, fertilization, and seasonal clean-up, with a total award amount of $9,500,000 and a performance period starting April 1, 2025. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to inclusivity in federal contracting. Interested contractors should direct inquiries to Kayla Christian at kayla.j.christian.civ@army.mil, and must adhere to the submission guidelines outlined in the solicitation documents.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grounds maintenance services at Goodfellow Air Force Base in Texas for fiscal year 2025. The contract, estimated at $9.5 million, encompasses a range of services including the maintenance of improved and unimproved grounds, irrigation systems, debris removal, pest control, and shrub pruning, all aimed at ensuring a well-maintained environment that supports the base's operational needs. This procurement is set aside for economically disadvantaged women-owned small businesses, emphasizing the government's commitment to fostering diversity in federal contracting. Interested parties should direct inquiries to SSgt Merrick Ferguson at merrick.ferguson.1@us.af.mil or 325-654-5310, and must adhere to the specified performance standards and wage determinations outlined in the solicitation documents.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    Grounds Maintenance Services for WA104, Marysville, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the WA104 facility in Marysville, Washington. The contract encompasses a base period of eight months with the option for four additional periods, requiring services such as mowing, weed control, and seasonal clean-up, all priced on a fixed basis. This procurement is particularly significant as it is set aside for small businesses, with a total funding amount of $9,500,000, and proposals are due by March 7, 2025, at 10:00 AM Central Time. Interested vendors can reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further information.
    W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for landscaping services under the contract titled W911SA25QA036 - KS065 GROUNDS 4/1/25 B+4. The procurement aims to fulfill grounds maintenance requirements, which are essential for maintaining the aesthetic and functional integrity of military facilities. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran entrepreneurs. Interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call 608-388-0441 for further details regarding the solicitation process.
    S208--BHH - SDVOSB Set-Aside Grounds Fert & Weed Control
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a federal contract focused on grounds maintenance services, specifically weed control and fertilization, at the Fort Meade and Hot Springs Veterans Affairs Medical Centers. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive landscaping services over multiple years, with a base year starting April 1, 2025, and options to extend through March 31, 2030. This procurement is vital for maintaining the health and aesthetics of VA facilities, ensuring compliance with federal regulations and safety standards. Interested contractors should contact Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov, with a total project budget of approximately $9.5 million and adherence to specific wage determinations and submission requirements outlined in the solicitation documents.
    Grounds Maintenance Services for IL177 multi-site in Illinois
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at multiple sites in Illinois under the solicitation W911SA25QA070. The contract requires the contractor to provide comprehensive landscaping services, including mowing, trimming, weed control, and seasonal clean-ups, ensuring a professional appearance of the facilities. This procurement is vital for maintaining the operational integrity and aesthetic standards of Army Reserve properties, with a focus on compliance with federal regulations and quality assurance measures. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by the specified deadline, and inquiries can be directed to Kayla Christian at kayla.j.christian.civ@army.mil.
    Grounds Maintenance Services; IL177 Multi-Site, IL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services for the IL177 Multi-Site in Illinois. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is essential for maintaining operational readiness and enhancing the environment of military facilities. This opportunity is set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and interested parties can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call 608-388-0441 for further details. The solicitation is categorized under NAICS code 561730 for Landscaping Services and PSC code S208 for Housekeeping-Landscaping/Groundskeeping.