Grounds Maintenance Services, West Hill Dam, Uxbridge, MA
SOL #: W912WJ26QA068Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States
Place of Performance
Place of performance not available
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 6, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 3, 2026, 6:00 PM
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 Corps of Engineers (USACE), W2SD ENDIST NEW ENGLAND, is soliciting quotes for Grounds Maintenance Services at the West Hill Dam Project in Uxbridge, MA, and Wolf Hill Dike and Sutton St. Gage Station in Northbridge, MA. This Total Small Business Set-Aside opportunity requires furnishing all equipment, materials, and labor for comprehensive grounds upkeep. Quotes are due by April 3, 2026, at 2:00 PM local time.
Scope of Work
The services primarily involve:
- Weekly fine lawn mowing, trimming, and grounds cleaning for approximately 9 acres at West Hill Dam/Park from May through October.
- Bi-weekly rough mowing, trimming, and grounds cleaning for approximately 0.25 acres at Wolf Hill Dike and Sutton St. Gage Station from May through October.
- Adherence to the Performance Work Statement (PWS), U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), and all applicable OSHA, federal, state, and local safety and health requirements.
- Preparation and submission of an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and designation of a Site Safety and Health Officer (SSHO).
- Use of specific equipment, including rotary mowers and string trimmers. No government facilities will be provided for equipment storage.
- Visual figures detailing mowing areas are provided in the "Attachments.pdf" document.
Contract Details
- Contract Type: Request for Quotations (RFQ), Firm Fixed Price.
- NAICS Code: 561730 (Landscaping Services) with a Small Business Size Standard of $9.5 Million.
- Set-Aside: Total Small Business.
- Period of Performance: A base year from May 1, 2026, to April 30, 2027, with two optional years available (Option Year 1: May 1, 2027 – April 30, 2028; Option Year 2: May 1, 2028 – November 1, 2028).
Submission & Evaluation
- Offer Due Date: April 3, 2026, at 2:00 PM local time.
- Submission Method: Quotes must be submitted via email to the Contract Specialist, Jennifer M. Samela (jennifer.m.samela@usace.army.mil).
- Evaluation Factors: Technical capability, Price, and Past Performance.
- Mandatory Survey: A "Solicitation Survey" must be completed and returned with quotes, providing details on company information, experience, personnel, certifications, and references.
- Site Visit: Vendors are encouraged to attend a site visit; contact Ronald Woodall to arrange.
- Eligibility: Vendors must have an active registration in SAM.gov at the time of submission to be considered.
Contact Information
For inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or 978-318-8324.
People
Points of Contact
Jennifer SamelaPRIMARY
Files
Files
No files attached to this opportunity