Grounds Maintenance Services, Westville Lake, Sturbridge and Southbridge, MA
SOL #: W912WJ26QA063Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States
Place of Performance
Place of performance not available
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 19, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 5, 2026, 7:00 PM
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 Army, W2SD ENDIST NEW ENGLAND, is soliciting proposals for Grounds Maintenance Services at the Westville Lake Project in Sturbridge and Southbridge, MA. This is a Total Small Business Set-Aside opportunity. The work primarily involves weekly lawn mowing and a fall clean-up. Offers are due by March 5, 2026, at 02:00 PM Eastern.
Scope of Work
This solicitation requires furnishing all equipment, materials, labor, and transportation for comprehensive grounds maintenance. Key deliverables include:
- Weekly lawn mowing for approximately 15.0 acres.
- A fall clean-up of all weekly mowing areas.
- Mowing and trimming restricted to specific hours (7:00 am - 3:30 pm) and days, unless approved.
- Adherence to U.S. Army Corps of Engineers (USACE) Safety and Occupational Health Requirements (EM 385-1-1), OSHA, federal, state, and local safety regulations.
- Development and implementation of a site-specific Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA).
- Requirement for a Level 3 Site Safety and Health Officer (SSHO).
- Compliance with security requirements, including suspicious activity reporting training.
- Specific mowing areas are detailed in Map #1 (Dam Site Mowing) and Map #2 (Rec Area Mowing), identifying 11 and 27 zones respectively.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: From contract award through December 31, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561730, with a Small Business Size Standard of $9.5 Million.
Submission & Evaluation
- Offer Due Date: March 5, 2026, 02:00 PM Eastern.
- Mandatory Requirement: All vendors must have an active registration in SAM.gov at the time of submission; non-registered vendors will be rejected.
- Submission Requirements: Quotes must meet all requirements, include a completed mandatory solicitation survey, and acknowledge all amendments.
- Evaluation Factors: Technical, Price, and Past Performance. Quotes will be evaluated for responsiveness and then comparatively.
- Vendors must review "Addendum to 52.212-1" and "Addendum to Evaluation" for detailed instructions and criteria.
Key Amendments & Notes
- Amendment 0001 provides responses to industry questions, clarifying requirements related to previous contracts, remote control mowers, SSHO roles, performance thresholds, and post-award submittals. The closing date remains unchanged.
- A site visit is encouraged; contact Keith Beecher at (978) 318-8405 or keith.w.beecher@usace.army.mil to arrange.
- The previous contract was awarded to Bumblebee Landscaping LLC for $72,120, but interested vendors are advised the scope may differ.
- Questions regarding the solicitation should be directed to Jennifer M. Samela at 978-318-8324 or Jennifer.M.Samela@usace.army.mil.
People
Points of Contact
Jennifer SamelaPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 27, 2026
Version 1
Solicitation
Posted: Feb 19, 2026