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 is soliciting proposals for Grounds Maintenance Services at the Yakima Training Center (YTC) in Yakima, Washington. This is a 100% Small Business Set-Aside acquisition for comprehensive grounds maintenance, including improved and fire break areas. Proposals are due by March 20, 2026, at 12:00 PM PST.
Scope of Work
The contractor will provide all personnel, equipment, and supplies for grounds maintenance across improved and fire break areas at YTC. Key services include mowing, trimming, edging, servicing planter beds, seasonal irrigation start-up and winterization, pruning trees and shrubs, removing green debris and leaves, and providing season-long weed and firebreak control. Specific areas are detailed in various attachments, including aerial overviews, maps of the 800 Block, Juvenile Fishing Pond, and a tree map. Performance standards require maintaining a neat appearance, 2-inch mowing height, and less than 5% weed infestation in lawns.
Contract Details
This is a Request for Proposal (RFP) issued as a combined synopsis/solicitation (W911S8-26-R-A011) for commercial services. The acquisition is a requirements contract with a 100% Small Business Set-Aside. The NAICS code is 561730 (Landscaping/Groundskeeping Services) with a size standard of $9.5 million. The incumbent contractor is Completion Ground Maintenance & Landscaping LLC, with a total value of $737,970.
Submission & Evaluation
Proposals must be submitted electronically via email to diana.c.neff.civ@army.mil (CC jason.d.mccormick4.civ@army.mil). Submissions must include two volumes: Volume 1 (General and Price) and Volume II (Technical Experience). Offerors must complete and submit Attachment 7, "Technical Experience Proposal Form," for up to three past projects within the last five years; CPARS reports are not permissible substitutes. The evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology, where technical experience is rated "Acceptable" or "Unacceptable," and price is evaluated for reasonableness. Bidders must also adhere to the updated Wage Determination No. 2015-5543, Revision No. 26, which specifies minimum wage rates, fringe benefits ($5.55/hour H&W), vacation, and holidays, including Executive Order 14026 ($17.75/hour) and 13658 ($13.30/hour) applicability.
Key Dates
- Site Visit & Pre-Proposal Conference: March 5, 2026 (held).
- Questions Due: March 10, 2026, 12:00 PM PST (via Attachment L1, "Questions Submission Form").
- Proposals Due: March 20, 2026, 12:00 PM PST.
Contact Information
- Primary: Diana C. Neff (Contract Specialist) - diana.c.neff.civ@army.mil, 520-714-8358
- Secondary: Jason D. McCormick (Contracting Officer) - jason.d.mccormick4.civ@army.mil, 520-714-8128