DDWG GROUNDS MAINTENANCE / LANDSCAPING SERVICES
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 Defense Logistics Agency (DLA) Distribution is soliciting proposals for Grounds Maintenance and Landscaping Services at DLA Distribution Warner Robins, GA. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed Price (FFP) purchase order. The services are required for a base year and four option years, with performance from March through October annually. Proposals are due by March 30, 2026, at 1:00 PM EST.
Scope of Work
The contractor will provide comprehensive grounds maintenance, including mowing, edging, trimming, pruning, and debris removal for improved, semi-improved, and unimproved grounds, as well as vegetative and inert beds. Services also include litter policing and adherence to environmental requirements. A Georgia Commercial Applicator Pesticide license is required for personnel, though pesticide application for weeds is not explicitly required. No government-furnished property or on-site storage for fuel/pesticides will be provided.
Contract & Timeline
- Contract Type: Firm-Fixed Priced (FFP) Purchase Order
- Period of Performance: One base year (April 6, 2026 - April 5, 2027) and four one-year option periods (extending to April 5, 2031). Services are performed March through October annually.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code (PSC): S208 (Landscaping/Groundskeeping Services)
- NAICS Code: 561730 (Landscaping Services) with a $9.5 million size standard.
- Incumbent: ST Squared LLC (Cage Code: 9TDF2), contract ended February 28, 2026.
- Proposal Due Date: March 30, 2026, 1:00 PM EST.
- Published Date: March 26, 2026.
Submission & Evaluation
Quotes must be submitted electronically via email to brian.keckler@dla.mil, with the subject line "SP3300-26-Q-0085 Quotation – 'Company Name'". Submissions require three separate electronic files: Technical Capability (max 25 pages), Past Performance (max 25 pages), and Pricing & Administrative (no page limit). The award will be based on a Lowest Technically Acceptable Price (LPTA) process, where technical capability and past performance are evaluated on an acceptable/unacceptable basis, and the lowest overall reasonable price among technically acceptable offers will be selected.
Key Requirements & Notes
- Technical Capability: Must include personnel training/certifications, proof of insurance, and equipment description.
- Wage Determination: Bidders must adhere to Wage Determination 2015-4495 REV30 for Houston and Peach Counties, GA, which specifies minimum wage rates and fringe benefits.
- CAC Procedures: Mandatory procedures for obtaining, controlling, and turning in Common Access Cards (CACs) are detailed, with non-compliance potentially leading to contract violations.
- Site Visit: A highly recommended site visit was held on March 23, 2026, at Warner Robins AFB. (Note: This date has passed).
- Contact: Primary contact for questions is Brian Keckler (brian.keckler@dla.mil). The COR/TPOC is Jarvis Rudolph (jarvis.rudolph@dla.mil).
- Amendments: Multiple amendments (0001, 0002, 0003) have been issued, primarily providing Q&A clarifications. The latest Q&A (round 3) confirms the incumbent, period of performance, and other logistical details.