W15QKN26QA096 Grounds Maintenance Services, Baltimore (MD002) & Owings Mills (MD019) - SOURCES SOUGHT
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 U.S. Army Contracting Command - New Jersey, in support of the U.S. Army, 99th Readiness Division, is conducting market research through a Sources Sought notice for Grounds Maintenance Services. This effort aims to identify qualified contractors for services at the 1SG Adam S. Brandt Memorial USARC in Baltimore, MD (MD002) and the SSG Isadore S. Jachman USARC in Owings Mills, MD (MD019). Responses are due by 10:00 AM EST, May 13, 2026. This is for informational purposes only and does not constitute a solicitation.
Scope of Work
The contractor shall provide non-personal grounds maintenance services to ensure healthy grass, trees, shrubs, and plants, maintaining a clean, neat, and professional appearance. Services include:
- Mowing, edging, and trimming.
- Spring and fall cleanup.
- Debris removal.
- Contractor is responsible for all personnel, supplies, tools, and equipment.
Performance standards require services to meet "commercial standards," with grass height maintained at 2-3 inches and clippings removed within 4 hours. Performance will be evaluated against a Performance Requirements Summary (PRS) and Quality Assurance Surveillance Plan (QASP).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 561730 – Landscaping Services (Small Business Size Standard: $9.5M)
- PSC: S208 – Landscaping/Groundskeeping Services
- Set-Aside: May be set-aside for Small Businesses (in full or in part) or procured through full and open competition, based on market research. All Small Business Set-Aside categories will be considered.
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Period of Performance: One base year plus four 12-month option periods.
- Response Due: May 13, 2026, 10:00 AM EST
- Published: May 6, 2026
Key Requirements & Submission Details
Interested organizations must submit a capabilities statement (max 10 pages, Times New Roman, 10 pitch) addressing:
- Organization name, address, email, website, phone, size, and type of ownership.
- Tailored capability statements with documentation supporting claims.
- Experience with similar requirements, task management, and subcontractor management.
- Specific technical skills.
- Ability to perform at least 50% of the work for small businesses (FAR 52.219-14).
- Current small/large business status, CAGE, DUNS, and SAM Unique Identity.
- Identification of socio-economic status (Small, SDB, WOSB, HUBZone, SDVOSB).
Special Requirements: The Service Contract Act applies. Contractor must provide an on-site representative during duty hours, and all employees must communicate in English. Security requirements include AT Level 1, iWATCH, and OPSEC training. A site visit is required prior to submitting a quote/offer for any future solicitation.
Submission Instructions
All responses must be emailed to Contract Specialist Tyler Behr at tyler.e.behr2.civ@army.mil in Microsoft Word or PDF format. No phone calls will be accepted.