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
Feb 6, 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 is soliciting proposals for Roads and Grounds Service at Fort McCoy, WI. This opportunity, set aside for 8(a) businesses, seeks comprehensive maintenance services for the installation's infrastructure and grounds. The contract is structured as a Firm Fixed-Price award with a total estimated value of $1,807,500.00. Proposals are due by February 06, 2026.
Scope of Work
The contractor will provide all personnel, equipment, tools, and supervision for extensive roads and grounds maintenance. This includes:
- Maintenance of approximately 180 miles of paved roads, 250 miles of unpaved roads, tank trails, railroad tracks, 10 vehicle bridges, and 5 dam structures.
- Maintenance of a paved airfield, a gravel air assault strip, and extensive paved/gravel areas (approx. 2.96M sq. yards paved, 3.51M sq. yards gravel).
- Grounds maintenance for approximately 2,600 acres, including grass cutting, debris/leaf removal, and surface drainage ditch maintenance.
- Tree and shrub maintenance (surveys, removals, pruning, planting, caging), and firebreak maintenance.
- Seasonal snow and ice removal services with specific priority levels for roads, parking lots, sidewalks, and airfields.
- Hazardous spill clean-up and disposal, and excavation of stream sediment traps.
- Response to Request For Proposal (RFP) Service Orders for additional work not covered under other CLINs.
Contract Details
- Contract Type: Solicitation, Firm Fixed Price for most CLINs, with some Cost Reimbursable CLINs for materials.
- Duration: One base year (April 1, 2026 - February 28, 2027) and four 12-month option years, plus a potential six-month option to extend.
- Estimated Value: $1,807,500.00 (total with options).
- NAICS Code: 561210 (Facilities Support Services), Size Standard: $47,000,000.00.
- Product Service Code: S216 (Facilities Operations Support Services).
- Place of Performance: Fort McCoy, WI.
Submission & Evaluation
- Proposal Due Date: February 06, 2026, at 4:00 PM Z.
- Submission Method: Electronically via the PIEE suite.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on RFP Documents, Technical, Past Performance, and Price. The government intends to award without discussions.
- Key Personnel: Requires a Program Manager, Alternate PM, Quality Control Manager, and Site Safety and Health Officer. An ISA Certified Arborist is required for urban tree activities.
- Staffing: Offerors must use the Unpriced Staffing Matrix (Attachment 24) for evaluation, but alternative staffing approaches are permitted if PWS requirements are met.
- Equipment: The Equipment List (Attachment 25) specifies minimum requirements; alternative configurations are allowed if fully described. Autonomous equipment (including robotic mowers) is explicitly NOT permitted due to security concerns.
- Pricing: Proposals must adhere to the provided CLIN structure in the Price Schedule (Attachment 8), which cannot be adjusted. Fuel costs and equipment subscription services are not reimbursable under CLIN X017 but should be covered under CLINs X001 or X002.
Key Clarifications & Requirements
- Document Precedence: Service-specific documents (e.g., SERVICE 404, 408, 420) provide more specific details and govern over the overarching PWS in cases of discrepancy.
- April Operations (CLIN 0007): Offerors should assume worst-case (snow operations) while also addressing normal May-October requirements.
- Training: Antiterrorism (AT) Level I Awareness, OPSEC, and iWATCH training are mandatory for employees. Arborist's OSHA 30 training is a deliverable prior to the phase-in period, not a proposal submission requirement.
- Government Furnished Property: Includes facilities, utilities at the staging area, and specific materials like gravel, salt, road patch, culverts, seed, and mulch. Incumbent contractor's equipment is not available.
Contact Information
- Primary Contact: Melissa Guthmiller, melissa.r.guthmiller.civ@army.mil, 520-706-0736.
People
Points of Contact
Melissa GuthmillerPRIMARY
Melissa T. LarsonSECONDARY
Files
Files
Versions
Version 9
Solicitation
Posted: Feb 6, 2026
Version 8
Solicitation
Posted: Feb 5, 2026
Version 7Viewing
Solicitation
Posted: Feb 4, 2026
Version 6
Solicitation
Posted: Jan 29, 2026
Version 5
Solicitation
Posted: Jan 26, 2026
Version 4
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