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, through W6QM MICC FT MCCOY (RC), is soliciting proposals for Roads and Grounds Service at Fort McCoy, WI. This is an 8(a) Set-Aside opportunity for comprehensive maintenance services. Proposals are due February 9, 2026, at 10 AM CST.
Scope of Work
The contractor will provide all personnel, equipment, tools, and supervision for extensive roads and grounds maintenance. This includes maintaining approximately 180 miles of paved roads, 250 miles of unpaved roads, 50 miles of tank trails, 8 miles of railroad track, 10 vehicle bridges, 5 dam structures, a paved airfield, a gravel air assault strip, and 2,600 acres of grounds. Services encompass:
- Paved and unpaved road/lot/runway/taxiway maintenance
- Trail maintenance
- Snow and ice removal services (including airfield-specific plans)
- Grass cutting, turf repair, and debris removal
- Tree/shrub maintenance (surveys, removals, pruning, planting)
- Fire break maintenance and barrier placement
- Hazardous spill cleanup and disposal
- Excavation of stream sediment traps
- Support for Real Property Maintenance Activity (RPMA) services
Contract Details
This is a Solicitation for a Firm Fixed Price contract for most CLINs, with some cost-reimbursable elements for materials. The period of performance includes a base year (April 1, 2026 - February 28, 2027) and four 12-month option periods, plus a potential 6-month extension. The total estimated contract value, including all options, is $1,807,500.00. Key personnel requirements include a Program Manager, Quality Control Manager, Site Safety and Health Officer, and an ISA Certified Arborist.
Evaluation & Submission
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis, considering RFP Documents, Technical capability, Past Performance, and Price. The Government intends to award without discussions. Offerors must submit proposals by February 9, 2026, at 10 AM CST.
Key Clarifications & Notes
- Autonomous equipment, including robotic mowers, is explicitly NOT permitted for this contract due to security concerns. Proposals should not be scored based on potential cost savings from such equipment.
- In cases of conflict, service-specific documents (e.g., SERVICE 404, 408, 420) take precedence over the overarching Performance Work Statement (PWS).
- The Price Schedule (Attachment 8) has been updated to clarify Collective Bargaining Agreement (CBA) rate increases and cost options for pensions, 401K, and Health & Welfare. Offerors must use the updated format.
- Fuel costs and equipment subscription services are generally not reimbursable under CLIN X017; they should be accounted for under CLINs X001 or X002.
- Government-furnished materials include gravel, salt, road patch, culverts, seed, and mulch.
- Arborist OSHA 30 training is now a deliverable due prior to the end of the phase-in period, not a proposal submission requirement.