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 to identify qualified firms for USAG Ranges & Airfields Grounds Maintenance services. This requirement is for non-personal services to provide comprehensive grounds and airfield maintenance across approximately 3,207 acres at Fort Bragg, Pope Army Airfield, Simmons Army Airfield, and Camp Mackall in North Carolina. The purpose is to ensure the safe and continuous operation of mission-critical infrastructure. Responses are due by March 16, 2026, at 2:00 PM Z.
Scope of Work
The contractor will furnish all labor, supervision, equipment, and supplies for recurring grass cutting, vegetation control, and groundskeeping. 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) by keeping grass height strictly between 6 and 12 inches.
- Training Area & Range Maintenance: Maintaining specified training ranges, impact areas, and support facilities, ensuring grass height does not exceed 6 inches to reduce fire hazards and facilitate safe training.
Locations include Fort Bragg, Pope Army Airfield (AAF), Simmons Army Airfield (AAF), and Camp Mackall, all within North Carolina. The total acreage requiring maintenance is 3,207.47 acres, with 1,195.07 acres for airfields and 2,012.40 acres for ranges.
Contract & Timeline
- Opportunity Type: Sources Sought
- Product Service Code: S208 - Landscaping/Groundskeeping Services
- Anticipated NAICS Code: 561730 - Landscaping Services (size standard $9.5M)
- Period of Performance: Anticipated June 1, 2026 – May 30, 2031 (Base period of 12 months with two 12-month option years mentioned in PWS).
- Response Due: March 16, 2026, 2:00 PM Z
- Published Date: 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 is for informational and planning purposes only and is NOT a request for quotes or proposals. No proposals will be accepted at this time. Interested parties should provide specific information as requested in the notice to help determine capability and market research. Responders should detail firm identification, interest in competing, previous experience, commercial availability, and recommendations for structuring the contract for small business competition.
Additional Notes
Draft documents, including the Performance Work Statement (PWS), Performance Requirements Summary (PRS), and Technical Exhibits (maps and acreage breakdown), are attached. The PWS outlines comprehensive management, security requirements, key personnel (Project Manager, Quality Control Manager), and the need for a Quality Control Plan (QCP) and Phase In/Phase Out Plan.