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
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    Comanche National Grassland Carrizo Unit Janitorial
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide janitorial services for the Comanche National Grassland Carrizo Unit located in Springfield, Colorado. The procurement involves a firm-fixed price contract for a base period of one year, with four additional one-year option periods, totaling a maximum duration of five years and six months. The selected contractor will be responsible for comprehensive cleaning services, including management, supervision, and provision of necessary supplies, while adhering to specific performance standards and utilizing USDA-designated biobased products. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Stephen Holly at stephen.holly@usda.gov. The solicitation number for this opportunity is 1240LP26Q0011, and it is set aside for small business concerns, with a small business size standard of $22 million.
    Ground Maintenance
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is seeking qualified 8(a) small businesses to provide ground maintenance services at its installations. The contractor will be responsible for a range of services including mowing, edging, trimming, weed control, debris removal, and maintenance of various areas such as athletic fields and family housing, adhering to federal, state, and local laws, as well as environmental regulations. This procurement is critical for maintaining the operational readiness and aesthetic quality of the Army Garrison's facilities. Interested parties must submit a capabilities statement and relevant information by December 22, 2025, at 10:00 AM Atlantic Standard Time, to the designated contacts, Denia M. Serrano and Felix Marrero, via email.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Skiatook and Birch Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the area. The services are crucial for maintaining the aesthetic and functional quality of the lakeside facilities, ensuring a safe and pleasant environment for visitors and staff. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation notice W912BV26QA010.
    Tree Maintenance Services in Central and West, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree maintenance services in Central and West Texas. The contractor will be responsible for a range of services including tree removal, trimming, stump grinding, and boundary fence line clearing at various lakes including Aquilla, Hord's Creek, Navarro Mills, O.C. Fisher, Proctor, Waco, and Whitney Lakes. These services are crucial for maintaining the health and safety of the landscapes surrounding these recreational areas. Interested small businesses are encouraged to contact Allen Holmes at allen.l.holmes@usace.army.mil or by phone at 817-886-1035 for further details regarding the solicitation, which is set aside for total small business participation.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.