FY 26 Grounds Maintenance Services Eielson AFB

SOL #: FA500426R0003Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA5004 354 CONS PK
EIELSON AFB, AK, 99702-2200, United States

Place of Performance

Eielson AFB, AK

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

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

Timeline

1
Posted
Dec 3, 2025
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 19, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting proposals for Grounds Maintenance Services at Eielson Air Force Base, Alaska. This acquisition is conducted under full and open competition with a NAICS code of 561730 (Landscaping Services). The contract requires all personnel, equipment, tools, materials, and supervision to maintain the base grounds. Proposals are due February 19, 2026, at 2:00 PM AKST.

Scope of Work

The contractor will provide comprehensive grounds maintenance services, including:

  • Improved Grounds: Mowing, edging, trimming, weed control, irrigation, debris removal, lawn conditioning, and pruning.
  • Semi-Improved Grounds: Mowing and maintenance of base perimeter fence lines and munition storage areas.
  • Bird Area Strike Hazard (BASH) / Airfield Grounds: Mowing to specific heights to prevent bird habitation, coordination with Airfield Management, and clearing foreign objects.
  • Un-Improved Grounds: Mowing to prevent woody encroachment in areas like fuel/power line rights-of-way.
  • Vegetative, Inert, and Rock Beds: Maintenance including fertilizing, watering, weeding, and mulching.
  • Surface Drainage Ditches: Obstruction removal for continuous water flow.
  • Trees: Hazard identification, care, pruning, and removal (including emergency situations).

Contract Details

  • Contract Type: Request for Proposals (RFP) FA500426R0003, Firm Fixed-Price.
  • NAICS Code: 561730 (Landscaping Services), Small Business Size Standard: $9.5M.
  • PSC: S208 (Landscaping/Groundskeeping Services).
  • Period of Performance: Ordering periods span from March 1, 2026, through September 30, 2031.
  • Place of Performance: Eielson Air Force Base, Alaska.

Submission & Evaluation

Offerors must submit proposals in three volumes:

  • Volume I - Contract Documentation: Includes SF 1449, Price Schedule (Attachment 02), Representations and Certifications. Large businesses must submit a Small Business Subcontracting Plan (Attachment 03) with initial offers.
  • Volume II - Technical Capability: Addresses the Performance Work Statement (PWS) requirements, including Grounds Maintenance and Management Plan (Equipment, Staffing), Proposed Mowing Schedule, Mobilization Plan, Mission Essential Plan (Attachment 09), and Small Business Commitment (Attachment 04).
  • Volume III - Past and Present Performance: Requires detailed discussion of recent (within 3 years) and relevant contracts. Past Performance Questionnaires (Attachment 08) must be sent to references by offerors for direct submission to the Government. Financial Worksheets (Attachment 07) are also required.

Evaluation will be a Subjective Tradeoff Technically Acceptable (STOTA) best value source selection. Technical Capability and Past Performance are significantly more important than Price. Subcontracting targets for various small business categories are specified (e.g., Total Small Business 10%, SDB 5%).

Amendments & Key Updates

  • Amendment 1: Added Attachment 10 (Questions and Answers) and Attachment 11 (Grounds Maintenance Pictures).
  • Amendment 2: Updated Attachment 05 (Instructions to Offerors) to reflect accurate due dates and updated Attachment 10 (Questions and Answers) with recent inquiries.
  • Key Clarifications: No irrigation systems are present for contractor use. Contractor is responsible for their own equipment and parts for irrigation services. No site visit will be conducted; pictures are provided. There is no incumbent contractor; the previous contract (FA500425C0003) was valued at $3,152,227.83.
  • Updated Deadlines: Past Performance Questionnaires and references are due by February 19, 2026, at 2:00 PM AKST. Proposals are also due on this date.

Contact Information

People

Points of Contact

Brandon GilbertPRIMARY
Tara RichmondSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
View
Version 1
Sources Sought
Posted: Dec 3, 2025
View