CERL 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, ERDC DPW is soliciting proposals for Grounds Maintenance Services at the Construction Engineering Research Laboratory (CERL) campus in Champaign, IL. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity seeks a contractor to maintain the facility's grounds, including snow and ice removal. Proposals are due April 29, 2026.
Scope of Work
The contract requires comprehensive grounds maintenance services to ensure a professional appearance and safe environment. Key tasks include:
- Grounds Maintenance: Mowing (maintaining grass height between 2-5 inches), trimming, weeding, flower bed maintenance, leaf pickup, and debris removal. This covers all grass areas within the block bounded by Interstate Drive, Farber Drive, Newton Drive, and Newmark Drive, as detailed in Technical Exhibit 1.
- Snow and Ice Removal: Pretreatment, clearing of roads, parking lots, and sidewalks, and application of melting materials. Services are triggered by 2 inches of snow accumulation on roads/parking lots or 0.50 inches of ice, with a focus from November to March. Technical Exhibits 2 and 3 identify specific clearing and snow piling areas, including security gates that must remain operational.
- Tree, Shrub, and Flower Bed Maintenance: Pruning, fungicide application for specific trees, weeding, plant replacement, granular weed control, and organic wood mulch application. All services must meet detailed performance standards, with non-compliance potentially leading to price reductions.
Contract & Timeline
- Type: Solicitation (Firm Fixed Price)
- Duration: A 12-month base period with four 12-month option periods, totaling a potential of 60 months.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). NAICS Code: 561730 (Landscaping Services) with a size standard of $9,500,000.00.
- Proposal Due: April 29, 2026, by 5:00 PM ET.
- Published: April 14, 2026.
Submission Requirements
Proposals must be submitted electronically via email to kwamaine.d.clark@usace.army.mil with the subject line "CERL Grounds Maintenance RFP". Submissions must consist of two volumes:
- Volume I - Technical Proposal: Limited to 80 pages, covering Corporate Capacity, Key Personnel, Quality Control Plan, and Past Performance. No pricing information should be included.
- Volume II - Price Proposal: Includes a completed Standard Form (SF) 1449 and detailed pricing for all optional line items and option years. Offerors must have an active System for Award Management (SAM) registration. Questions must be submitted via email to the primary contact up to ten calendar days before the due date.
Evaluation Factors
Award will be made to the responsible offeror whose proposal represents the best value to the Government. The evaluation will consider three factors:
- Factor I - Technical Capability: (Significantly more important than Price) Assessed on Corporate Capacity, Key Personnel, and Quality Control Plan, including demonstrated ability and relevant experience (especially multi-seasonal grounds maintenance).
- Factor II - Past Performance: (Significantly more important than Price) Evaluated for recency, relevancy, technical performance, cost controls, and adherence to schedules on similar contracts within the last five years. Past Performance Questionnaires (PPQ-0) or CPARs are accepted.
- Factor III - Price: (Less important than Technical/Past Performance) Based on the completed SF 1449 and comprehensive pricing. Factors I and II are of equal importance and, combined, are significantly more important than Factor III. A contractor's combined technical rating must be acceptable or higher for award consideration.
Additional Notes
The Government intends to select one contractor. The "best value tradeoff" approach means award may not necessarily go to the lowest-priced or highest technically rated offeror. By submitting an offer, the offeror agrees that the capabilities presented in the proposal become contract requirements upon award.