Sources Sought - Ellsworth AFB Grounds Maintenance IDIQ
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 Air Force is conducting a Sources Sought market research effort to identify qualified contractors for a Grounds Maintenance Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Ellsworth Air Force Base, South Dakota. This notice aims to determine industry interest and capability for comprehensive grounds maintenance services. Responses are due by February 14, 2026.
Purpose & Scope
This Sources Sought notice is for planning purposes only, in accordance with FAR Part 10, Market Research. The Air Force seeks to assess the availability of contractors capable of providing extensive grounds maintenance services as outlined in the attached draft Performance Work Statement (PWS). The scope includes:
- General Grounds Maintenance: Mowing, edging, trimming, irrigation, leaf/debris removal, fertilization, and weed control for improved, semi-improved, airfield, restricted semi-improved, and unimproved areas. Specific maps (Attach 2) detail these zones and their maintenance requirements.
- Snow/Ice Removal: Base-wide services, including priority areas, from November through March, with a dedicated snow removal map (Attach 3).
- Tree & Shrub Services: Pruning, trimming, care, and removal of trees and stumps, along with maintenance of shrubs, hedges, and plants.
- Pest/Weed Control: Development and implementation of an Integrated Pest Management (IPM) plan, including aquatic invasive species control.
- Holiday Lights: Installation, removal, and storage of holiday decorations at seven specific base locations (Attach 4).
Anticipated Contract Details
The Government anticipates awarding a Firm-Fixed Price (FFP) IDIQ contract with one (1) base year and four (4) one-year options. The estimated contract period is from March 2027 to March 2032. No set-aside has been specified at this market research stage.
Response Requirements
Interested firms believing they can meet these requirements are invited to submit a complete capabilities package in writing. This package must include:
- Company name, address, Point of Contact (POC), telephone, email, website, and CAGE Code.
- Company's business size and/or socioeconomic status (e.g., SBA certified 8a).
- A positive statement of intent to bid as a prime contractor.
- Joint venture, partnering, or mentor-protégé information (existing and potential).
- A listing of government contracts held over the last three (3) years.
- If a small business, confirmation of intent to submit a proposal as a prime.
- Explanation of critical capabilities distinguishing the company.
Key Dates & Contacts
- Questions Due: February 9, 2026
- Responses Due: February 14, 2026, electronically to Kailee Garcia at kailee.garcia.1@us.af.mil. Oral communications are not acceptable.
- Primary Contact: Kailee Garcia, kailee.garcia.1@us.af.mil, 605-385-1749.
Important Notes
This is a Sources Sought notice only and does not constitute a procurement commitment. No award will be made from this notice, and no solicitation is available at this time. Responses are strictly voluntary, and no reimbursement will be made for associated costs. All information submitted will be used solely for market research.