Yakima Training Center 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 MICC-JB Lewis-McChord, has issued a Request for Proposal (RFP) for Grounds Maintenance Services at the Yakima Training Center (YTC) in Yakima, Washington. This acquisition is a Total Small Business Set-Aside. The contractor will provide comprehensive grounds maintenance for Improved and Fire Break areas. Proposals are due by March 20, 2026, at 12:00 PM PST.
Scope of Work
The contractor will be responsible for all personnel, equipment, and supplies to perform grounds maintenance as defined in the Performance Work Statement (PWS). Key services include:
- Mowing, trimming, and edging of turf areas (to 2 inches height).
- Servicing planter beds, including weed and fertilization.
- Seasonal irrigation start-up (April) and winterization (October).
- Pruning trees and shrubs, including removal of dead branches and thinning.
- Removing green debris and leaves, and storm debris.
- Season-long weed and firebreak control, including broadleaf weed control in turf areas, adhering to WSDA Pesticide licensing requirements.
- Maintaining bare grounds and fire breaks (50-foot around magazines/bunkers, 10-foot along fences).
Specific areas are detailed in attachments, including 192 acres of bareground, 79 acres of broadleaf, 36 acres of turf, and 0.09 acres of ornamental areas, plus 11.2 acres of in-ground irrigation. Roads, parking areas, and airfields are explicitly excluded from the contract.
Contract Details
- Solicitation Number: W911S8-26-R-A011
- Contract Type: Combined Synopsis/Solicitation (RFP)
- NAICS Code: 561730 (Landscaping Services)
- Size Standard: $9,500,000.00
- Set-Aside: Total Small Business
- Issue Date: February 24, 2026
- Offer Due Date: March 20, 2026, 12:00 PM PST
Submission & Evaluation
Proposals must be submitted electronically via email to diana.c.neff.civ@army.mil and jason.d.mccormick4.civ@army.mil. Submissions should be in PDF, Microsoft Word, or Excel format, searchable, and allow copy/paste. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) basis, with Technical Experience rated as "Acceptable" or "Unacceptable," and price evaluated for reasonableness. Offerors must complete Attachment 7 - Technical Experience Form to demonstrate relevant past project experience.
Wage Determination
Wage Determination No. 2015-5543, Revision No. 26 (dated July 8, 2025), applies to this Service Contract Act (SCA) covered contract. Bidders must ensure their proposals reflect updated minimum wage rates and fringe benefits for all applicable labor categories in Washington County, Yakima, WA. This includes Health & Welfare benefits ($5.55/hour or $5.09/hour for EO 13706), paid vacation, and eleven paid holidays. Executive Order 14026 ($17.75/hour) or 13658 ($13.30/hour) may also apply.
Key Dates & Contacts
- Pre-proposal Conference & Site Visit: March 5, 2026 (Offeror's expense).
- Questions Due: March 10, 2026, 12:00 PM PST, using Attachment L1.
- Primary Contact: Diana C. Neff (diana.c.neff.civ@army.mil, 520-714-8358)
- Secondary Contact: Jason D. McCormick (jason.d.mccormick4.civ@army.mil, 520-714-8128)