Grounds Maintenance Services for MO041 Saint Charles, Missouri
ID: W911SA25QA071Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically 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 on 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 reach out to Kayla Christian at kayla.j.christian.civ@army.mil for further details and to ensure compliance with all outlined requirements, including antiterrorism and operational security measures.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for grounds maintenance at the Army Reserve facility MO041 in Saint Charles, MO. The contractor must provide all necessary personnel, labor, tools, and materials, adhering to the specified maintenance standards for lawn, tree, and shrub care while maintaining a professional appearance. Services include mowing, aeration, fertilization, and seasonal clean-up, with clearly defined periods of performance and quality assurance measures. The contractor is responsible for correcting any non-conformances identified by the Contracting Officer Representative (COR) through corrective action requests. The document emphasizes the importance of effective workforce management, supervision, and employee training, especially in anti-terrorism and operations security. Moreover, it clarifies responsibilities regarding utilities conservation, contractor accountability for damages, and key control. The contractor must maintain proper identification for its employees and ensure compliance with all security and access regulations. This PWS serves as a detailed guide for contractors seeking to provide reliable and compliant maintenance services to the government facility, highlighting essential protocols and performance expectations.
    The document outlines the Contract Requirements Package for Antiterrorism and Operations Security Review, mandating reviews for compliance concerning antiterrorism (AT) and operations security measures in contracts. The cover sheet is crucial for documenting the quality and safety assessment of a statement of work (SOW) and dictates that all contracts must include this review, excluding certain low-value supply contracts. A signed review is necessary from the organizational Antiterrorism Officer (ATO) and Operations Security (OPSEC) Officer prior to submission. The document specifies standard contract language concerning various security training obligations that contractors must fulfill, including AT level training, access and protection policies, cybersecurity awareness, and handling classified information. It emphasizes the importance of training certification and adherence to security regulations as part of the contract compliance. Furthermore, it details requirements for contractors working overseas and protocols associated with accessing government installations, ensuring all personnel are educated on recognizing and reporting suspicious activities. Overall, the document serves to ensure that all contracting activities are examined for antiterrorism measures and operational security within the military context, promoting safe and secure interactions with contractors.
    The document outlines performance objectives and standards for contractors providing grounds maintenance services to government facilities. Key requirements include providing employee ID badges, submitting service tickets for all services performed, and avoiding the use of herbicides except with prior approval for specified circumstances. Each contractor's employee must possess an ID badge with essential information, and accurate records reflecting personnel changes must be kept. Service tickets are to be submitted with invoices, detailing services rendered and signed off by the contractor's point of contact and the designated government representative. Incentives for compliance include positive performance evaluations and full payment, while disincentives for non-compliance involve corrective actions, potential negative evaluations, and payment reductions reflecting service deficiencies. Overall, the document emphasizes accountability and adherence to established standards, promoting transparency in contractor performance relative to government expectations in RFPs and grant management.
    The document outlines the required deliverables for a government contract, specifying various reports, training certifications, and documentation needed for compliance. Key deliverables include Safety Data Sheets (SDS) for hazardous materials, identification of contract employees through ID Badge Lists, and training certificates for AT Level I, OPSEC Level I, and iWATCH. Reports such as fertilizer application records and service tickets must be submitted with invoices within designated timeframes. Similarly, required insurance documentation must be provided within ten days post-contract award and annually thereafter. The purpose of this document is to ensure contractors understand the reporting requirements and deadlines essential for maintaining compliance with the contract's terms. The emphasis on timely submission of deliverables highlights the importance of accountability and regulatory adherence in government contracting, ensuring necessary safety and operational standards are maintained throughout the contract period.
    The document outlines the price schedule for Grounds Maintenance Services associated with a federal contract, featuring a detailed breakdown of service line items categorized by Contract Line Item Numbers (CLINs). The services are structured across multiple contract periods, including a base period and four Option Periods. Key services specified include Type I and II mowing, weed and feed, and semi-annual clean-up tasks (both spring and fall), with quantities and pricing yet to be filled in. The contract is managed by the U.S. Army through the MICC–Fort McCoy and emphasizes the need for precise calculations in a structured format, highlighting the importance of adherence to pricing formats. The document serves as part of the bid process to secure grounds maintenance services, ensuring compliance with government procurement standards while facilitating effective contract management. The pricing details are essential for evaluating bids submitted by interested contractors, with automatic calculations for specific categories to streamline the process.
    The document pertains to a federal Request for Proposals (RFP) aimed at securing funding for various projects within state and local government. It outlines the funding criteria, eligible entities, and the proposed evaluation process for applications. Key aspects include the emphasis on community development and improvement initiatives, which seek to enhance infrastructure, economic growth, and public services. Moreover, the document specifies that priority will be given to proposals showcasing sustainable practices and community involvement. A detailed timeline for submission, review, and award distribution is provided, ensuring a structured approach for potential applicants. The agencies involved are tasked with rigorous assessments to ensure compliance with federal guidelines and alignment with broader governmental objectives. This RFP is part of a comprehensive strategy to allocate federal resources effectively, fostering collaboration between localities and higher levels of government. Its aim is to stimulate local economies and promote resilience in communities facing various challenges, ultimately contributing to national priorities in development and sustainability.
    The "On Site Service Ticket – Grounds Maintenance" document outlines the procedures for documenting grounds maintenance services provided under a government contract. The ticket specifies various lawn maintenance activities, including mowing, trimming, weed control, and clean-up services, with an emphasis on the need for chemical reporting for certain tasks like herbicide and weed applications. Each time services are performed, the contracted vendor is required to complete the ticket, detailing the nature of the job and providing names for both vendor employees and a designated representative for check-in and check-out. Importantly, the document clarifies that the completion of the service ticket does not equate to proof of service acceptance, as the government reserves the right to inspect the work at its discretion. This structured approach ensures accountability in grounds maintenance services within governmental frameworks and highlights essential compliance with federal and state contracting standards.
    The 88th Readiness Division has established a Universal Pest Management Application Reporting Form to standardize the documentation of pest control operations. Each operation requires a separate form and must detail critical information such as the date, location, type of pest control method, site description, and the specific pest targeted. It also includes sections for the area treated, applicator information, pesticide or herbicide details including trade name, active ingredients, and the amount used. Applicators must provide data on the concentration and total active ingredient applied, along with any relevant comments regarding the operation. Additionally, the form requires the signature and certification details of the applicator, ensuring compliance with regulations. The necessity of this documentation aligns with government standards for pest management, ensuring transparency, accountability, and proper record-keeping for federal, state, and local entities involved in pest control initiatives.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for grounds maintenance at the Army Reserve facility MO041 in Saint Charles, Missouri. The contractor is responsible for providing all necessary personnel, equipment, and materials to ensure the grounds maintain a clean and professional appearance. From April to November, the contractor will conduct tasks such as lawn maintenance, weed control, aeration, fertilization, and seasonal clean-up, with specific performance standards detailed in the PWS. Quality control and assurance processes are established, with the government responsible for evaluating performance through a Contracting Officer Representative (COR). Non-conformances will follow a structured corrective action process, categorized into various levels based on severity. The contractor must comply with federal security regulations, maintain a stable workforce, and ensure proper training for hazardous materials handling. The PWS also includes guidelines for contractor access, reporting protocols, and handling government-furnished properties. Key personnel designation is required, and the contractor must submit service tickets for all maintenance activities. This document serves to ensure high-quality maintenance services while adhering to government standards and regulations, facilitating safe and sustainable grounds operations.
    The Women-Owned Small Business (WOSB) solicitation outlines a request for commercial products and services, specifically focusing on grounds maintenance services. The contract, W911SA25QA071, has an effective date of February 25, 2025, and a total award amount of $9,500,000. The scope includes services such as weed and feed and spring/fall cleanup over a base year and several option years, with a performance period commencing on April 1, 2025. The document specifies the delivery and inspection protocols, requires compliance with various federal regulations, and incorporates multiple FAR and DFARS clauses relevant to contract execution. It emphasizes the importance of subcontracting limitations to ensure engagement with small businesses. Additionally, a performance assessment process is instituted to evaluate contractor performance throughout the contract duration. The document serves as a formalized template for the solicitation, aiming to fulfill government procurement needs through women-owned businesses, while ensuring transparency and adherence to legal standards in federal contracting. Overall, it highlights the government's strategy to foster inclusivity and compliance while acquiring essential services for public sector needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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, 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 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 located in Dodge City, Kansas. The contract encompasses a range of services including lawn maintenance, aeration, fertilization, weed control, and seasonal clean-up, with an emphasis on maintaining the aesthetic and functional quality of the facility's outdoor areas. This procurement is vital for ensuring the upkeep of government properties, reflecting the Army's commitment to operational integrity and community standards. The total contract value is estimated at $9,500,000, covering a base period from April 1, 2025, to March 31, 2026, with options for four one-year renewals. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.
    Grounds Maintenance Services for WI088 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services for WI088 (MS) at Fort McCoy. The procurement aims to ensure the upkeep and aesthetic maintenance of the grounds, which is vital for operational readiness and the overall environment of the military installation. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the government's commitment to supporting veteran-owned enterprises. Interested parties can reach out to Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details regarding the solicitation process.
    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; 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 vital for maintaining operational readiness and a professional environment at military installations. 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.d.doughty.civ@army.mil or by phone at 608-388-0441 for further details. The solicitation is categorized under NAICS code 561730, focusing on landscaping services, and is part of a combined synopsis/solicitation notice.
    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.
    Notice of Sole Source - Grounds Maintenance Services for Jefferson Barracks National Cemetery -- S208
    Buyer not available
    The Department of Veterans Affairs, through its National Cemetery Administration, is seeking to procure grounds maintenance services for the Jefferson Barracks National Cemetery in St. Louis, Missouri. The contract, which will be awarded to Worrell Contracting Co. Inc., a certified service-disabled veteran-owned small business (SDVOSB), will cover a seven-month period from October 1, 2024, to April 30, 2025, and includes essential services such as mowing, trimming, edging, flower removal, and leaf management. This procurement is critical to ensure uninterrupted service and maintain operational standards that honor veterans, with the contract value remaining under $5 million to comply with competitive guidelines. For further inquiries, interested parties can contact Olalekan Ismail at olalekan.ismail@va.gov.