W912DW26QA006 Albeni Falls Dam (AFD) Grounds Maintenance
SOL #: W912DW26QA006Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST SEATTLE
SEATTLE, WA, 98134-2329, United States
Place of Performance
Oldtown, ID
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Nov 21, 2025
2
Last Updated
Feb 23, 2026
3
Submission Deadline
Feb 13, 2026, 6:00 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, W071 ENDIST SEATTLE, is soliciting proposals for Grounds Maintenance Services at the Albeni Falls Dam Project in Oldtown, ID. This is a non-personal services, Firm Fixed Price (FFP) contract, designated as a Total Small Business Set-Aside. The services aim to maintain the project's facilities for public enjoyment.
Scope of Work
The contract requires comprehensive grounds maintenance, including:
- Mowing, edging, trimming, raking, sweeping, and debris collection/disposal at the powerplant, campgrounds, and day-use areas (Albeni Cove, Priest River, Riley Creek, Springy Point, Trestle Creek).
- Spring cleanup and maintenance of trees, shrubs, and flower beds.
- Services must adhere to the Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP), with specific performance thresholds (e.g., 100% for mowing, 90% for most other tasks).
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561730 (Landscaping Services), with a $9.5 million size standard.
- Period of Performance: A base year from March 23, 2026, to September 27, 2026, followed by four option years, extending through September 2030.
- Incumbent Information: Previous contracts W912DW25P0013 ($58,766.00) and W912DW20P0039 ($299,525.00).
Submission & Evaluation
- Submission Method: Quotes must be emailed to whitny.hart@usace.army.mil. Emailed files must not exceed 8 MB per email.
- Required Submittals: Signed SF 1449, signed SF 30 (if applicable), completed pricing information, and completed Past Performance Questionnaire(s) (PPQ) or CPARS record.
- Quote Validity: Quotes must be valid for 60 days.
- Evaluation Criteria: Award will be made to the responsible offeror with the Lowest Price Technically Acceptable (LPTA) quote, based on price and Past Performance.
- Special Requirements: Contractors must be registered in SAM and meet specified Cybersecurity Maturity Model Certification (CMMC) level requirements (DFARS 252.204-7021). E-Verify pre-screening is mandatory for personnel.
Key Dates & Contacts
- Deadline for Questions: Friday, February 6, 2026, at 12:00 p.m. PST.
- Solicitation Due Date: Friday, February 13, 2026, at 10:00 a.m. PST.
- Site Visit: A site visit was held on February 5, 2026.
- Primary Contact: Whitny Hart, whitny.hart@usace.army.mil, 206-316-3937.
People
Points of Contact
Whitny HartPRIMARY
Shemekia McMillanSECONDARY
Files
Versions
Version 6
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 26, 2026
Version 1
Sources Sought
Posted: Nov 21, 2025