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)
Original Source
Timeline
1
Posted
Dec 3, 2025
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 24, 2026, 7:00 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, under Request for Proposals (RFP) FA500426R0003. This opportunity requires comprehensive grounds maintenance services to ensure a professional appearance of the base. Proposals are due by February 24, 2026, at 10:00 AM AKST.
Scope of Work
The contractor shall provide all personnel, equipment, tools, materials, vehicles, and supervision for grounds maintenance. Services include:
- Improved Grounds: Mowing, edging, trimming, weed control, irrigation, debris removal, lawn conditioning, lawn repair, and pruning.
- Semi-Improved Grounds: Mowing, trimming, and maintenance of base perimeter fence lines and munition storage areas.
- Bird Area Strike Hazard (BASH) / Airfield Grounds: Mowing grass and vegetation to specific heights to prevent bird habitation, coordination with Airfield Management, and clearing foreign objects.
- Un-Improved Grounds: Mowing to prevent woody encroachment in fuel line, power line rights-of-way, and fire department training areas.
- Vegetative Beds, Inert Beds, Rock Beds, and Surface Drainage Ditches: Maintenance including fertilizing, watering, weeding, mulching, and obstruction removal.
- Trees: Hazard identification, care, pruning, and removal.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFP FA500426R0003)
- Contract Type: Firm Fixed-Price (FFP)
- Duration: March 1, 2026, through September 30, 2031 (Base year + option years).
- Set-Aside: Full and Open Competition (with HUBZone preferences per FAR 52.219-4).
- NAICS Code: 561730 (Landscaping Services), Size Standard: $9.5M
- PSC: S208 (Housekeeping, Landscaping, and Groundskeeping services)
- Previous Contract Value: $3,152,227.83 (no incumbent).
Submission & Evaluation
Proposals must be submitted in both digital and hard copy formats and consist of three volumes:
- Volume I - Contract Documentation: Includes SF 1449, Price Schedule (Attachment 02), Representations and Certifications.
- Volume II - Technical Capability: (25-page limit) Must address Grounds Maintenance and Management Plan (Equipment, Staffing), Mowing Schedule, Mobilization Plan, Mission Essential Plan (Attachment 09), Financial Worksheet (Attachment 07), and Small Business Commitment (Attachment 04).
- Volume III - Past and Present Performance: (12-page limit) Requires detailed discussion of recent (within 3 years) and relevant contracts. Past Performance Questionnaires (Attachment 08) must be sent by offerors to customers for direct submission to the Government.
- Evaluation: A Subjective Tradeoff Technically Acceptable (STOTA) best value source selection will be used. Technical Capability and Past Performance, when combined, are significantly more important than Price. The Government intends to award without discussions.
- Deadlines: Proposals and Past Performance Questionnaires are due by February 24, 2026, at 10:00 AM AKST.
Key Updates & Clarifications
- Multiple amendments have updated the solicitation, including extending the proposal and PPQ due dates.
- Attachment 01 (PWS), Attachment 02 (Pricing Schedule), Attachment 05 (Instructions to Offerors), Attachment 10 (Q&A), and Attachment 11 (Grounds Maintenance Pictures) have all been updated.
- No site visit will be conducted; visual aids are provided in Attachment 11.
- Contractor is responsible for their own equipment and parts for irrigation services.
- A contractor operating location (Building 6220) with utilities will be provided.
Contact Information
- Primary: Brandon Gilbert (brandon.gilbert.9@us.af.mil)
- Secondary: Tara Richmond (tara.richmond@us.af.mil, 9073777482)
People
Points of Contact
Brandon GilbertPRIMARY
Tara RichmondSECONDARY
Files
Versions
Version 9
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
Version 8Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
Version 7
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
Version 5
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 7, 2026
Version 1
Sources Sought
Posted: Dec 3, 2025