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 25, 2026, 8:00 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 is a Total Small Business Set-Aside opportunity under NAICS 561730. The services ensure a healthy, clean, and professional appearance of base grounds. Proposals and Past Performance Questionnaires are due February 25, 2026, at 11:00 AM AKST.

Scope of Work

The contractor will provide all personnel, equipment, tools, materials, vehicles, and supervision for comprehensive grounds maintenance. Services include:

  • 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 grass and vegetation to specific heights to prevent bird habitation, including coordination with Airfield Management.
  • Un-Improved Grounds: Mowing to prevent woody encroachment in areas like fuel and power line rights-of-way.
  • Vegetative Beds, Drainage Ditches, and Trees: Maintenance, pruning, and removal as required. The period of performance spans multiple years, from April 1, 2026, to March 31, 2031, with the growing season considered April 15 to September 30.

Contract Details

  • Type: Combined Synopsis/Solicitation (Firm Fixed-Price)
  • Solicitation Number: FA500426R0003
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 561730 Landscaping Services ($9.5M size standard)
  • PSC: S208 Housekeeping, Landscaping, and Groundskeeping services
  • Place of Performance: Eielson Air Force Base, Alaska
  • Previous Contract Value: $3,152,227.83 (no incumbent)

Key Requirements

Offerors must be registered in SAM.gov and submit proposals in three volumes:

  1. Volume I - Contract Documentation: Includes SF 1449, Price Schedule (Attachment 02), Representations and Certifications.
  2. Volume II - Technical Capability: Requires a detailed plan for Grounds Maintenance and Management (Equipment, Staffing), Proposed Mowing Schedule, Mobilization Plan, Mission Essential Plan (using Attachment 09 template), Financial Worksheet (using Attachment 07 template), and Small Business Commitment (using Attachment 04 template). Page limit: 25 pages.
  3. Volume III - Past and Present Performance: References for 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. Page limit: 12 pages. Electronic submissions are preferred. A written Quality Control Plan is required.

Evaluation & Award

Award will be based on a Subjective Tradeoff Technically Acceptable (STOTA) best value source selection. Technical Capability and Past Performance, when combined, are significantly more important than Price. The Government intends to award without discussions but reserves the right to conduct them. Subcontracting targets are specified for various small business categories (Total Small Business 10%, SDB 5%, WOSB 3%, HUBZone 0.5%, VOSB 0.5%, SDVOSB 1%). Amendment 3 added clause 52.219-4, indicating a preference for HubZone Certified Small Businesses.

Deadlines & Contacts

  • Proposal Due Date: February 25, 2026, 11:00 AM AKST
  • Past Performance Questionnaire Due Date: February 25, 2026, 11:00 AM AKST
  • Primary Contact: Brandon Gilbert (brandon.gilbert.9@us.af.mil)
  • Secondary Contact: Tara Richmond (tara.richmond@us.af.mil, 9073777482)

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

Versions

Version 9Viewing
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
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 4
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
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
FY 26 Grounds Maintenance Services Eielson AFB | GovScope