Roads and Grounds Service - Fort McCoy, WI
SOL #: W911SA26RA004Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W6QM MICC FT MCCOY (RC)
FORT MCCOY, WI, 54656-5142, United States
Place of Performance
Fort McCoy, WI
NAICS
Facilities Support Services (561210)
PSC
Facilities Operations Support Services (S216)
Set Aside
8(a) Set-Aside (FAR 19.8) (8A)
Original Source
Timeline
1
Posted
Dec 2, 2025
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Jan 28, 2026, 4:00 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, W6QM MICC FT MCCOY (RC), is soliciting proposals for Roads and Grounds Service at Fort McCoy, WI. This Solicitation (RFP) seeks comprehensive maintenance services to ensure the operational readiness and appearance of the installation. This acquisition is an 8(a) Set-Aside (Small Business). Proposals are due January 28, 2026, at 10:00 AM local time.
Scope of Work
The contract requires extensive roads and grounds maintenance, including:
- Maintenance of approximately 180 miles of paved roads, 250 miles of unpaved roads, and 50 miles of tank trails.
- Snow and ice removal services for roads, parking lots, sidewalks, and airfields, with specific priority levels.
- Grounds maintenance, including grass cutting (approx. 2,600 acres), debris removal, and weed trimming.
- Tree and shrub maintenance (surveys, removals, pruning, planting), fire break maintenance, and barrier placement.
- Hazardous spill clean-up and disposal, and excavation of stream sediment traps.
- Project management, equipment, and operating materials.
Contract Details
- Contract Type: Firm Fixed Price for most CLINs, with some Cost Reimbursable CLINs for materials.
- Duration: A base year plus four 12-month option periods, with a potential six-month option to extend services.
- Estimated Value: Up to $1,257,500.00 (including the six-month option).
- NAICS Code: 561210 (Facilities Support Services)
- Product Service Code: S216 (Facilities Operations Support Services)
Submission & Evaluation
- Proposal Due Date: January 28, 2026, at 10:00 AM local time.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA), considering RFP Documents, Technical, Past Performance, and Price. The Government intends to award without discussions.
- Site Visit: A site visit was conducted on January 5, 2026.
- Key Submission Elements: Proposals must detail staffing (using the Unpriced Staffing Matrix, though alternatives are allowed if PWS requirements are met), equipment (autonomous equipment is prohibited), and pricing (following the updated price schedule, with clarifications for ODCs, Equipment, and Operating Materials).
Key Requirements & Notes
- Personnel: Key personnel include Program Manager, Alternate PM, Quality Control Manager, and Site Safety and Health Officer. An ISA Certified Arborist is required. Arborist OSHA 30 training is a post-award deliverable.
- Compliance: Adherence to AT/OPSEC requirements, environmental regulations, and a Collective Bargaining Agreement (CBA) (Attachment 26) is mandatory.
- Document Precedence: Service-specific documents (e.g., SERVICE 404, 408, 420) take precedence over the overarching Performance Work Statement (PWS) in cases of conflict.
- Logistics: Contractor is responsible for internet services; basic utilities are provided at the staging area. Fuel costs are not reimbursable, and incumbent contractor equipment is not available.
People
Points of Contact
Melissa GuthmillerPRIMARY
Melissa LarsonSECONDARY
Files
Files
Versions
Version 9
Solicitation
Posted: Feb 6, 2026
Version 8
Solicitation
Posted: Feb 5, 2026
Version 7
Solicitation
Posted: Feb 4, 2026
Version 6
Solicitation
Posted: Jan 29, 2026
Version 5
Solicitation
Posted: Jan 26, 2026
Version 4Viewing
Solicitation
Posted: Jan 21, 2026
Version 3
Solicitation
Posted: Dec 23, 2025
Version 2
Solicitation
Posted: Dec 23, 2025
Version 1
Pre-Solicitation
Posted: Dec 2, 2025