Grounds Maintenance Services - Multi WV Locations
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 – New Jersey (ACC-PICA) is conducting a Sources Sought (Request for Information) to identify potential sources for Grounds Maintenance Services for the 99th Readiness Division. Services are required at multiple U.S. Army Reserve Center (USARC) locations across West Virginia. Responses are due May 12, 2026.
Purpose
This RFI is for market research and planning purposes only, not a solicitation for quotes or a commitment to award a contract. The intent is to gather information to inform a potential future procurement, including identifying qualified businesses and assessing industry capabilities.
Scope of Work
The required services encompass comprehensive grounds maintenance, including mowing, grass clipping removal, edging, trimming, spring and fall cleanup, weeding/planting bed maintenance, pruning/trimming of trees/shrubs/hedges, and retention pond maintenance. The contractor will be responsible for providing all personnel, supplies, supervision, tools, materials, equipment, and transportation. Services must meet commercial standards, with specific requirements such as grass height (2-3 inches) and timely clipping removal. Performance will be evaluated via a Quality Assurance Surveillance Plan (QASP) and a Performance Requirements Summary (PRS).
Services are needed at the following West Virginia locations: Cross Lanes, Charleston, Clarksburg, Bridgeport, Grafton, Jane Lew, Kingwood, and Morgantown. Detailed site maps for each location are provided, outlining specific areas (square footage for mowing/trimming, linear footage for edging) and assets requiring maintenance.
Potential Contract Details
While this is an RFI, the draft Performance Work Statement (PWS) indicates a potential future contract structure of one base year and four twelve-month option periods. Work is generally scheduled Monday through Friday, 8:00 AM to 4:30 PM, excluding Federal Holidays, with seasonal adjustments for specific grounds maintenance tasks. A site visit is strongly urged prior to submitting a quote/offer for any future solicitation.
Response Requirements
Interested parties are requested to submit a capability statement addressing:
- The most appropriate NAICS code (specifically referencing 561730 "Landscaping Services").
- Any concerns or unclear information regarding the draft PWS and/or facility maps.
- Organizational and staff capabilities, supported by past performance on similar requirements.
- Plans for subcontracting or teaming arrangements, including anticipated percentage of work.
- Company information: name, address, email, website, phone number, point of contact, CAGE Code, DUNS number, and current small/large business status (including socioeconomic status like SDB, HubZone) under NAICS Code 561730.
Submission & Contact
Responses and any questions must be submitted via email to Contract Specialist Ronald M. Stinson at Ronald.m.stinson.civ@army.mil.
Additional Notes
Not responding to this RFI does not preclude participation in any future Request for Quotation (RFQ), if issued.