USAG Ranges & Airfields 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, MICC FDO FT BRAGG, is soliciting proposals for USAG Ranges & Airfields Grounds Maintenance Services at Fort Bragg, NC, and surrounding airfields. This requirement is for comprehensive, non-personal grounds maintenance services across approximately 3,217 acres. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due May 18, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide all labor, supervision, equipment, and supplies for recurring grass cutting, vegetation control, and general groundskeeping. The scope is divided into two primary functional areas:
- Airfield Maintenance: Maintaining designated airfield areas (runways, taxiways, infields) to mitigate Bird/Wildlife Aircraft Strike Hazard (BASH) and ensure safe aviation operations. Grass height must be strictly maintained between 6 and 12 inches.
- Training Area & Range Maintenance: Maintaining specified training ranges, impact areas, and support facilities for safe, accessible troop training. Grass height must not exceed 6 inches.
Services will be performed year-round, with increased activity during the growing season (March-October) and adjusted activities during the limited growing season (November-February). Locations include Fort Bragg, Pope Army Airfield, Simmons Army Airfield, Camp Mackall, and Range Control in North Carolina.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A 12-month base period (June 1, 2026 - May 31, 2027) with four (4) 12-month option periods, extending potentially through May 31, 2031.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 561730 "Landscaping Services" with a $9.5M small business size standard.
- Place of Performance: Fort Bragg, NC, and surrounding areas.
- Government Furnished: Radios for airfield operations, water, waste removal, sewer, electricity, heating, and emergency services.
Submission & Evaluation
- Offers Due: May 18, 2026, 10:00 AM EST.
- Technical Questions (RFIs) Due: May 8, 2026, 12:00 P.M EST.
- Site Visit: Scheduled for May 5-6, 2026. Range Maps will be distributed at the site visit.
- Submission Method: Electronically to the Contracting Officer and Contract Specialist.
- Registration: Offerors must be registered in the System for Award Management (SAM).
- Evaluation Method: Lowest Priced Technically Acceptable (LPTA), considering Technical Capability, Past Performance, and Price.
Key Personnel & Security
Key personnel (Project Manager, Quality Control Manager) are required. Personnel must be U.S. residents for CONUS positions, proficient in English, and complete mandatory security training (AT Level I, iWATCH, Counterintelligence). Homeland Security Installation Access Control Badges are required.