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)

Timeline

1
Posted
Dec 2, 2025
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Feb 4, 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, MICC Fort McCoy (RC), is soliciting proposals for Roads and Grounds Maintenance Services at Fort McCoy, WI. This opportunity, identified as an 8(a) Set-Aside, seeks a contractor to provide comprehensive maintenance for the installation's infrastructure and grounds. The total estimated contract value, including all options, is $1,807,500.00.

Scope of Work

The contractor will be responsible for a wide range of non-personal roads and grounds support services. Key services include:

  • Roads & Pavement Maintenance: Paved and unpaved roads, parking lots, runways/taxiways, trails, culverts, ditches, and barrier placement.
  • Grounds Maintenance: Grass cutting, turf repair, tree/shrub maintenance (including hazardous tree surveys and removal), fire break maintenance, and hazardous spill cleanup.
  • Seasonal Operations: Snow and ice removal services, including airfield operations, and April operations which may involve snow removal or grounds maintenance.
  • Project Management: Overall management, equipment, and operating materials.
  • Service Orders: Response to specific service orders for work not covered under routine CLINs.

The scope covers approximately 180 miles of paved roads, 250 miles of unpaved roads, 50 miles of tank trails, 8 miles of railroad track, 10 bridges, 5 dams, a paved airfield, a gravel air assault strip, 78,000 square yards of sidewalks, and 2,600 acres of grounds.

Contract Details

  • Opportunity Type: Solicitation
  • Contract Type: Firm Fixed Price for most CLINs, with some Cost Reimbursable CLINs for materials.
  • Duration: One base period (April 1, 2026 - February 28, 2027), four 12-month option periods, and a potential six-month option to extend services.
  • Estimated Value: $1,807,500.00 (including all options).
  • Set-Aside: 8(a) Set-Aside (FAR 19.8)
  • NAICS Code: 561210 (Facilities Operations Support Services)
  • Product Service Code: S216 (Facilities Operations Support Services)

Key Requirements & Restrictions

  • Personnel: Key personnel include a Program Manager, Alternate PM, Quality Control Manager, and Site Safety and Health Officer. An ISA Certified Arborist is required for urban tree activities. Arborist's OSHA 30 training is a deliverable prior to phase-in, not a proposal requirement.
  • Equipment: Autonomous equipment, including robotic mowers, is explicitly NOT permitted due to security concerns. Contractor equipment must return to staging areas daily, and GPS/commercial cellular radio communications for equipment are not allowed.
  • Pricing: Fuel costs and equipment subscription services are not reimbursable; they must be covered under other CLINs. Government-furnished materials include gravel, salt, road patch, culverts, seed, and mulch.
  • Documentation Precedence: Service-specific documents (e.g., SERVICE 404, 408, 420) take precedence over the overarching Performance Work Statement (PWS) in case of conflict. Attachment 12 (GIS LM Acreage Data Updated) governs for pricing and performance.

Submission & Evaluation

  • Proposal Due Date: February 04, 2026, at 10:00 AM local time.
  • Submission Method: Electronically via the PIEE suite.
  • Evaluation Criteria: Proposals will be evaluated on a Lowest Evaluated Price Technically Acceptable (LPTA) basis. Factors include RFP Documents, Technical capability, Past Performance, and Price. The government intends to award without discussions.

Additional Notes

This solicitation has undergone multiple amendments, with the latest (Amendment -0004) providing final updates to the price schedule and answering vendor questions. A site visit was conducted on January 5, 2026. Offerors are cautioned against submitting unbalanced pricing.

People

Points of Contact

Melissa LarsonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
View
View
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Feb 6, 2026
View
Version 8
Solicitation
Posted: Feb 5, 2026
View
Version 7
Solicitation
Posted: Feb 4, 2026
View
Version 6Viewing
Solicitation
Posted: Jan 29, 2026
Version 5
Solicitation
Posted: Jan 26, 2026
View
Version 4
Solicitation
Posted: Jan 21, 2026
View
Version 3
Solicitation
Posted: Dec 23, 2025
View
Version 2
Solicitation
Posted: Dec 23, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 2, 2025
View