USAG Ranges & Airfields Grounds Maintenance
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, specifically W6QM MICC FDO FT BRAGG, is conducting a Sources Sought for USAG Ranges & Airfields Grounds Maintenance. This market research aims to identify capable firms for comprehensive grounds and airfield maintenance services across Fort Bragg, Pope Army Airfield (AAF), Simmons Army Airfield (AAF), and Camp Mackall, North Carolina. Responses are due by March 16, 2026, at 2:00 PM EST.
Scope of Work
This requirement is for non-personal services, where the contractor will furnish all labor, supervision, equipment, and supplies. The core service involves recurring grass cutting, vegetation control, and groundskeeping across approximately 3,207 acres. The scope is divided into two primary functional areas:
- Airfield Maintenance: Maintaining designated airfield areas (runways, taxiways, infields) to mitigate Bird/Wildlife Aircraft Strike Hazard (BASH) and ensure safe aviation operations. Grass height must be strictly maintained between 6 and 12 inches.
- Training Area & Range Maintenance: Maintaining specified training ranges, impact areas, and support facilities to ensure safety, accessibility, and suitability for troop training. Grass height must not exceed 6 inches.
Services must comply with all applicable Federal, State, and local laws, regulations, and directives, including AR 95-2 for airfields.
Contract & Timeline
- Type: Sources Sought (for market research purposes only)
- Anticipated NAICS: 561730 - Landscaping Services (size standard $9.5M)
- Anticipated Period of Performance: June 1, 2026 – May 30, 2031 (Base year + two 12-month option years, as per draft PWS)
- Response Due: March 16, 2026, 2:00 PM EST
- Published: March 10, 2026
Eligibility & Set-Aside
The Government intends to procure this requirement on a small business set-aside basis, provided at least two qualified small businesses respond with sufficient information. All small businesses, including those in socioeconomic categories (8(a), Small Disadvantaged Business, HUBZone, SDVOSB, WOSB), are encouraged to identify their capabilities.
Submission & Evaluation
This notice is NOT a request for quotes or proposals, and no proposals will be accepted at this time. Interested parties should provide specific information as requested in the Sources Sought Notice to help determine capability and inform market research.
Additional Notes
Draft Performance Work Statement (PWS), Performance Requirements Summary (PRS), and Technical Exhibits (including maps and acreage breakdown) are attached. The PWS outlines special requirements such as key personnel (Project Manager, Quality Control Manager), a Quality Control Plan, security requirements, and environmental/OSHA compliance. The previous contract for this continuing need was inactive task order W900KK-24-F-0158.