Ground Maintenance
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 Mission & Installation Contracting Command (MICC)-Fort Buchanan has issued a pre-solicitation notice for Ground Maintenance Services at Fort Buchanan Army Reserve Installation, Puerto Rico. This requirement is set aside for 8(a) certified businesses on a competitive basis. A Firm Fixed Price contract is anticipated. The Request for Proposal (RFP) is expected to be issued on or about February 18, 2026, with proposals due by March 4, 2026.
Scope of Work
The contractor will provide comprehensive non-personal grounds maintenance services, including all personnel, equipment, supplies, and supervision. Services encompass mowing, edging, trimming, flower/plant bed maintenance, weed control, debris removal, tree/shrub care, athletic field maintenance, and vegetation clearing for fences and unimproved areas, as defined by Common Level of Service (CLS) 404. The objective is to ensure all work meets applicable Federal, State, and local laws and regulations.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Duration: 5 years (1 base year + 4 option years), with a performance period from July 1, 2026, to June 30, 2031.
- Set-Aside: 8(a) Competitive
- NAICS Code: 561730 (All Other Specialty Trade Contractors), Size Standard: $9.5 Million
- Anticipated RFP Release: On or about February 18, 2026
- Anticipated Proposal Due: March 4, 2026, at 2:00 PM (AST)
- Pre-solicitation Published: February 18, 2026
Performance Standards & Requirements
Performance will be evaluated against specific standards and Acceptable Quality Levels (AQLs) detailed in a Performance Requirements Summary (PRS) Matrix. Surveillance methods include 100% Inspection, Random Sampling, Unscheduled Inspection, and Customer Complaints. Key requirements include a Quality Control Plan (QCP), compliance with security, safety (OSHA), and environmental regulations, and contingency plans. A Project Manager is required as key personnel.
Action Items
Interested parties are responsible for monitoring SAM.gov for the RFP and any amendments. Amendments must be signed and submitted with proposals. For inquiries, contact Denia M. Serrano at denia.m.serrano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.