Grounds Maintenance Services
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 U.S. Army Contracting Command - Rock Island (ACC-RI) is issuing a Request for Quote (RFQ) for Grounds Maintenance Services at Pine Bluff Arsenal (PBA) in Pine Bluff, Arkansas. This will be a Firm-Fixed-Price (FFP) contract, designated as a Total Small Business Set-Aside. Quotes are due by March 16, 2026.
Scope of Work
The contract requires scheduled routine grounds maintenance and special services. Key tasks include mowing, edging, trimming, debris removal, litter control, irrigation operations, and maintenance of athletic fields. Services are required across three distinct area types:
- High Visibility (Improved) Areas: Approximately 44 acres, requiring intensive maintenance with grass heights of 2-4 inches.
- Common Areas (Semi-Improved): Approximately 824 acres, focused on erosion control with grass heights of 4-8 inches.
- Unimproved Areas: Approximately 551 acres, for pest/erosion control or fire hazard elimination, with grass heights of 4-14 inches.
Amendment 0001 clarified and adjusted the scope, removing or modifying services such as turf replacement, certain leaf/debris removal, tree/shrub planting/maintenance, fertilization, policing, tree/stump removal, and irrigation system operation. It also confirmed the unimproved areas acreage at 551 acres. Service calls require a 3-hour response during duty hours and 8-hour during non-duty hours. The Performance Work Statement (PWS) emphasizes compliance with federal, state, and local laws, measurable performance standards, and requires a Quality Control Plan (QCP) and Safety Plan.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Duration: One base year and four one-year option periods (total 5 years), with an option for up to six additional months.
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 561730 (Grounds Maintenance), Size Standard: $8,000,000.00
- Offer Due Date: March 16, 2026, 10:00 AM Local Time
- Questions Due: March 10, 2026
- Published Date: March 3, 2026
Submission & Evaluation
Offerors must submit a completed Price Matrix (Attachment 0002) with prices for all quantity ranges and years. Failure to do so may result in rejection. Award will be made to the responsive and responsible contractor with the lowest price. Bidders must acknowledge receipt of Amendment 0001.
Additional Notes
Site inspection is urged, and optional site visits can be arranged. Wage Determination No. 2015-5121, Revision 28, is applicable. Invoicing and payment will be processed via Wide Area Workflow (WAWF). Contract Data Requirements Lists (CDRLs) are required deliverables. Points of contact are Ashley Testrake (Contract Specialist) and Michelle Pleasant (Contracting Officer).