- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
W15QKN-26-Q-A042 Grounds Maintenance Services Webster NY
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Apr 06, 2026. Industry: NAICS 561730 • PSC S208.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 351 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561730
Description
*** THIS REQUIREMENT IS SET-ASIDE 100% FOR SMALL BUSINESS *** THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) 52.232-18.
This requirement is being solicited, utilizing the procedures set forth in FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
1. The purpose of this solicitation is to procure Grounds Maintenance Services in support of the 99th Readiness Division. Services shall be performed at the MAJ Holleder USARC located at 515 Ridge Road, Webster NY 14580-1749. The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation and other items and non-personal services necessary to provide grounds maintenance services in accordance with the Performance Work Statement (PWS) except as those items specified as government furnished property and services. The contractor shall perform to the standards in the contract as well as all local, state and federal regulations.
2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall be a 12-month base period and four, 12-month option periods from date of award.
3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive contract award. If you need to register in SAM, go to https://www.sam.gov/.
4. See FAR clause 52.212-1, "Instruction to Offeror-- Commercial Items" and FAR 52.212-1, Addendum for additional information.
5. See FAR clause 52.212-2, "Evaluation -- Commercial Items" and FAR 52.212-2, Addendum for additional information and for evaluation criteria.
6. When submitting a response to this solicitation, FAR provision 52.204- 24 and FAR provision 52.204-26 shall be completed and included by the Offeror.
7. A site visit is highly encouraged. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All requests to attend a site visit shall be submitted via e-mail at least 24 hours prior to the scheduled site visit date and time to the following:
John F. Granata
Phone: 585-944-9099
Email: john.f.granata.ctr@army.mil
Webster, NY (NY070)
(a) Primary Site Visit: 26 March 2025 at 09:30AM EST
(b) Alternate Site Visit: 27 March 2025 at 09:30AM EST.
8. Questions regarding this solicitation shall be submitted in writing via e-mail no later than 10:00 AM EST on 28 March 2026 to both, Alyssa Hampton, Contract Specialist, at alyssa.l.hampton2.civ@army.mil and Edward L. Sherwood, Contracting Officer, at edward.l.sherwood4.civ@army.mil. Questions must specify the section or paragraph of the Performance Work Statement (PWS) for which the clarification is desired.
9. Completing a Quote for Submittal: (a) Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to the Contract Specialist at alyssa.l.hampton2.civ@army.mil and the Contracting Officer edward.l.sherwood4.civ@army.mil.
(b) Offeror(s) shall provide with their offer, the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company.
(c) Offeror(s) shall submit signed Standard Form (SF) 1449 (Blocks 30a and 30b).
(d) Offeror(s) shall provide a price for all FFP Contract Line Item Number (CLIN) for the base period and option periods on the SF 1449 Continuation Sheets of the solicitation.
(e) Pricing for each CLIN shall be submitted in the proper format. The proper format consists of QUANTITY* times (x) UNIT PRICE equals (=) AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNITPRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided (/) by the QUANTITY will be held to be the intended price.
(f) Offerors shall submit with their offer, their valid Certificate of Insurance, as prime contractor, in accordance with the requirements and applicable insurance amounts set forth within the solicitation at FAR clause 52.228-5, "Insurance - Work on a Government Installation," and "Required Insurance."
(g) Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code stated at Block 10 of this SF 1449.
(h) Offeror shall complete all "fill-ins" in provisions and clauses that apply and include with submission response to this solicitation.
(i) Failure to provide any applicable information required by this solicitation may result in the Offeror being deemed nonresponsive and ineligible for award.
10. All services shall be performed in accordance with the Performance Work Statement (PWS).
11. All offers shall remain valid for 120 calendar days.
12. Attachment(s):
Attachment 0001 - PWS - Grounds Maintenance - FY26 - Version 1
Attachment 0002 - Wage Determination 2015-4161 Rev. 32 12032025
Attachment 0003 - NY070_GROUNDS MAINTENANCE MAP
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.