Grounds 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 Department of the Air Force is soliciting proposals for Grounds Maintenance Services at Offutt Air Force Base (OAFB), Nebraska. This Total Small Business Set-Aside opportunity requires non-personal services to ensure healthy, clean, neat, and professional grounds. The contract is anticipated to run from April 2026 through March 2031 with option periods. Quotes are due Monday, March 9, 2026, by 12:00 PM CST.
Scope of Work
The contractor shall provide comprehensive grounds maintenance, including all personnel, equipment, tools, and supervision. Services encompass improved, semi-improved, Bird Area Strike Hazard (BASH), and unimproved grounds. Specific tasks include mowing, edging, trimming, weed control, irrigation operation and maintenance, debris and leaf removal, lawn conditioning (fertilization, aeration), pest control, and lawn repair. Maintenance of vegetative beds, surface drainage ditches, and tree services (pruning, removal) are also required. The scope includes special requirements for emergency services, xeriscaping, and planting, with provisions for evolving requirements.
Contract Details
- Contract Type: Combined Synopsis/Solicitation, implying a Firm Fixed-Price structure based on Contract Line Item Numbers (CLINs).
- Period of Performance: Anticipated to begin April 1, 2026, extending through March 2031 with option periods.
- Set-Aside: 100% Total Small Business Set-Aside under NAICS Code 561730 (Landscaping/Groundskeeping Services).
- Previous Contract: FA460021C0009, awarded to U.S. Grounds Maintenance, LLC for $5,030,119.82.
Key Dates & Submission
- Site Visit: A site visit was held on Monday, February 23, 2026, at 09:00 AM CST.
- Questions Due: Friday, February 27, 2026, by 12:00 PM CST. Answers were posted by Tuesday, March 3, 2026.
- Quote Submission Deadline: Monday, March 9, 2026, by 12:00 PM CST.
- Submission Method: Quotes must be emailed to nichole.barragan.2@us.af.mil and casey.hupton.1@us.af.mil. Offerors are responsible for verifying receipt.
- Required Documents: Signed solicitation, filled-in provisions, pricing quotation, and a technical capability plan (maximum 15 pages). Technical quote and pricing information can be submitted as an attachment, separate from the 15-page limit for the main proposal.
Evaluation Criteria
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering Price and Technical factors. Evaluation will be based on the Total Evaluated Price (TEP) for all CLINs and a technical plan demonstrating how PWS requirements will be met, including details on cattail removal, contingency plans (DFARS 252.237-7023 compliant), spill control, GPS equipment usage, and understanding of Restricted Area Badges (RAB) and background checks. The Government intends to award without discussions.
Special Requirements & Notes
- Registration: Offerors must be registered in SAM.gov.
- Base Access: Entry Authority Listing (EAL) forms (55 SFS Form 31) must be submitted five duty days prior for base access. All credentials must meet REAL ID Act of 2005 standards.
- Compliance: Adherence to Service Contract Labor Standards (FAR 52.222-41) and Wage Determination No. 2015-5005, version 27, is mandatory.
- Documentation: Several Contract Data Requirements Lists (CDRLs) are attached, including for Integrated Project Management (IPM), Pesticide Reports, HazMat Inventory, Quality Assurance Program (QAP), Pass and ID, and Crisis Plan. A Quality Control Plan is required.
- Hazardous Materials: Contractors must submit a Hazardous Material Request form with Safety Data Sheets (SDSs) for all HazMat intended for use on base, requiring CO approval.
- Workload Estimates: Attachment 2 provides estimated workload data, and Attachment 3 is the pricing schedule for tree services. Bidders must verify all measurements.