Grounds Maintenance Services, West Hill Dam, Uxbridge, MA
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 Corps of Engineers (USACE), New England District, is soliciting quotations for Grounds Maintenance Services at West Hill Dam in Uxbridge, MA, and Wolf Hill Dike and Sutton St. Gage Station in Northbridge, MA. This acquisition is a Total Small Business Set-Aside. The services include fine and rough mowing, trimming, and grounds cleaning. Proposals are due April 6, 2026, at 2:00 PM Eastern.
Scope of Work
The contractor will provide grounds maintenance from May through October annually. This includes:
- West Hill Dam/Park: Approximately 9 acres requiring weekly fine lawn mowing, trimming, and grounds cleaning.
- Wolf Hill Dike and Sutton St. Gage Station: Approximately 0.25 acres requiring bi-weekly rough mowing, trimming, and grounds cleaning.
- Services must adhere to the Performance Work Statement (PWS), U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), and all applicable safety regulations.
- Key deliverables include an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and Site Safety and Health Officer (SSHO) designation. The SSHO may be dual-hatted as a working supervisor if all EM 385-1-1 requirements are met.
- Specific equipment, such as rotary mowers with protective devices and appropriate string trimmers, is required. No government facilities will be provided for equipment storage.
- Clarifications: Trimming is required in conjunction with mowing, not as a standalone service. Bulk refuse receptacles will be provided on-site. The contractor must survey areas for damage before commencing work; unreported damage will be assumed contractor-caused. The Contractor's Project Manager and Quality Control Personnel must be physically present for the pre-work conference.
Contract Details
- Contract Type: Request for Quotations (RFQ), Firm Fixed Price.
- Period of Performance: A base year from May 1, 2026, to April 30, 2027, with two optional years. Option Year 1: May 1, 2027, to April 30, 2028. Option Year 2: May 1, 2028, to November 1, 2028.
- NAICS Code: 561730 (Landscaping Services) with a size standard of $9,500,000.00.
- Set-Aside: Total Small Business. This acquisition is not specifically set aside for service-disabled veteran-owned or women-owned small businesses.
Submission & Evaluation
- Offer Due Date: April 6, 2026, at 2:00 PM Eastern.
- Submission Method: Quotes must be submitted via email to the Contract Specialist, Jennifer Samela (jennifer.m.samela@usace.army.mil).
- Evaluation Factors: Technical, Price, and Past Performance.
- Mandatory Survey: A solicitation survey must be completed and returned with quotes. Failure to provide complete information may impact evaluation.
- Site Visit: Vendors are encouraged to attend a site visit; contact Ronald Woodall to arrange.
- Eligibility: Vendors must be registered in SAM with an 'Active' status.
Key Documents & Clarifications
This solicitation, W912WJ26QA068, has been amended twice. The latest amendment (Amendment 0002, dated April 6, 2026) provides responses to industry questions and revises the Performance Work Statement (PWS), Addendum to 52.212-1, and Addendum to Evaluation. Attachments include figures illustrating mowing areas and the mandatory Solicitation Survey.