FY 26 Grounds Maintenance Services Eielson AFB
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, 354th Civil Engineer Squadron (354 CES), is soliciting proposals for Grounds Maintenance Services at Eielson Air Force Base, Alaska. This is an Unrestricted (Full and Open Competition) acquisition under NAICS code 561730 (Landscaping Services). The requirement covers comprehensive grounds maintenance to ensure a professional appearance across various base areas. Proposals are due by February 19, 2026, at 2:00 PM AKST.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, vehicles, and supervision for non-personal grounds maintenance services. The scope includes maintaining Improved, Semi-Improved, Bird Area Strike Hazard (BASH)/Airfield, and Un-Improved Grounds. Key tasks involve:
- Mowing, edging, trimming, and weed control.
- Irrigation, debris removal, and lawn conditioning (fertilization, aeration).
- Pruning of shrubs, hedges, and trees, including hazard identification and removal.
- Maintenance of base perimeter fence lines, munition storage areas, and surface drainage ditches.
- Specific requirements for BASH/Airfield grounds, including mowing to 7-14 inches twice annually and coordination with Airfield Management.
- Vegetative bed maintenance, adhering to Xeriscaping practices. The growing season is considered April 15 to September 30, with specific tasks having defined timelines. The Government will provide approximately 1,500 SF of floor space and 8,500 SF of exterior space at Building 6220, with electricity.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFP FA500426R0003)
- NAICS Code: 561730 (Landscaping Services), Small Business Size Standard $9.5M
- PSC: S208 (Landscaping/Groundskeeping Services)
- Set-Aside: Unrestricted (Full and Open Competition)
- Contract Type: Firm Fixed Price
- Period of Performance: Ordering periods span from March 1, 2026, through September 30, 2031.
- Previous Contract: FA500425C0003, valued at $3,152,227.83.
Submission & Evaluation
This acquisition will use a Competitive Subjective Tradeoff Technically Acceptable (STOTA) best value source selection. Technical Capability and Past Performance, when combined, are significantly more important than Price. Proposals must be submitted in both digital and hard copy formats, organized into three volumes:
- Volume I - Contract Documentation: Includes SF 1449, Price Schedule (Attachment 02), and Representations and Certifications. Large businesses must submit a formal Small Business Subcontracting Plan with their initial offer.
- Volume II - Technical Capability (25-page limit): Addresses the Grounds Maintenance and Management Plan (Equipment, Staffing), Proposed Mowing Schedule, Mobilization Plan, Mission Essential Plan (Attachment 09), Financial Worksheet (Attachment 07), and Small Business Commitment.
- Volume III - Past and Present Performance (12-page limit): Details recent (within 3 years) and relevant contract performance. Offerors must send Past Performance Questionnaires (Attachment 08) to their customers for direct submission to the Government. A Financial Worksheet (Attachment 07) must be completed by the contractor and their financial institutions. No site visit will be conducted; Attachment 11 provides pictures.
Key Dates & Contacts
- Proposal Due Date: February 19, 2026, at 2:00 PM AKST.
- Past Performance Questionnaire Due Date: February 19, 2026, at 2:00 PM AKST.
- Primary Contact: Brandon Gilbert (brandon.gilbert.9@us.af.mil)
- Secondary Contact: Tara Richmond (tara.richmond@us.af.mil, 907-377-7482)