Roads and Grounds Service - Fort McCoy, WI
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 Department of the Army, MICC Fort McCoy (RC), is soliciting proposals for Roads and Grounds Services at Fort McCoy, WI. This opportunity is an 8(a) Set-Aside and seeks a contractor to provide comprehensive maintenance services. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach. Proposals are due February 04, 2026, at 10:00 AM local time.
Scope of Work
The contractor will provide all personnel, equipment, tools, and supervision for extensive roads and grounds maintenance. This includes, but is not limited to:
- Maintenance of approximately 180 miles of paved roads, 250 miles of unpaved roads, 50 miles of tank trails, and 8 miles of railroad track.
- Maintenance of 10 vehicle bridges, 5 dam structures, 1 paved airfield, 1 gravel air assault strip, and ~78,000 square yards of sidewalks.
- Grounds maintenance for approximately 2,600 acres, including grass cutting, turf repair, tree/shrub maintenance (requiring an ISA Certified Arborist for urban trees), and fire break maintenance.
- Seasonal services such as snow and ice removal (including airfield operations) and April operations (snow/ice removal or grounds maintenance).
- Hazardous spill clean-up and disposal, excavation of stream sediment traps, barrier placement, and material site maintenance.
- Response to Request For Proposal (RFP) Service Orders for additional work.
Contract Details
- Type: Solicitation, primarily Firm Fixed Price.
- Set-Aside: 8(a) Set-Aside (FAR 19.8).
- NAICS Code: 561210 (Facilities Operations Support Services).
- Period of Performance: A base period (April 1, 2026 - February 28, 2027) and four 12-month option periods, with a potential six-month extension.
- Estimated Value: Up to $1,257,500.00 including the six-month option.
- Place of Performance: Fort McCoy Garrison, WI.
Submission & Evaluation
- Proposal Due Date: February 04, 2026, at 10:00 AM local time.
- Submission Method: Electronically via the PIEE suite.
- Evaluation Criteria: RFP Documents, Technical, Past Performance, and Price. Award will be made to the lowest evaluated price that is technically acceptable. The Government intends to award without discussions.
- Key Requirements: Offerors must account for key personnel (PM, Alt PM, QCM, SSHO), comply with AT Level I, OPSEC, and iWATCH training. Autonomous mowers and equipment are not permitted. A Collective Bargaining Agreement (Attachment 26) is incorporated and impacts labor costs. Service-specific documents take precedence over the overarching PWS in case of conflict. Arborist OSHA 30 training is a post-award deliverable.
Contact Information
Primary Point of Contact: Melissa Guthmiller, melissa.r.guthmiller.civ@army.mil, 5207060736.