Opportunity

PIEE #FA890326R0007

Grounds Maintenance Services for Scranton Armed Forces Reserve Center, PA

Buyer

772nd ESS/PX

Posted

May 04, 2026

Respond By

May 19, 2026

Identifier

FA890326R0007

NAICS

562910, 561730

This opportunity seeks a small business contractor to provide grounds maintenance services for the U.S. Army at the Scranton Armed Forces Reserve Center in Pennsylvania. - Government Buyer: - U.S. Army Contracting Command - New Jersey, 99th Readiness Division - Contracting office located at Picatinny Arsenal, NJ - Products/Services Requested: - Grounds maintenance services including: - Mowing (16 occurrences per year, with similar quantities in each option year) - Trimming (8 occurrences per year, with similar quantities in each option year) - Retention pond maintenance (3 occurrences per year, with similar quantities in each option year) - Weeding and planting bed maintenance (8 occurrences per year, with similar quantities in each option year) - All services to be performed at Scranton Armed Forces Reserve Center, with additional mention of Lawrence County Veterans Memorial USARC - Contract Details: - Firm-fixed-price contract - 12-month base period with four 12-month option periods (total potential duration: 5 years) - NAICS code: 561730 (Landscaping Services) - Total Small Business Set-Aside - Unique/Notable Requirements: - Contractor must provide all labor, materials, equipment, supervision, and transportation - Work must comply with the Performance Work Statement (PWS) - No specific OEMs or vendors are named in the solicitation - Place of performance is a federal facility (Scranton Armed Forces Reserve Center), with contracting office at Picatinny Arsenal, NJ

Description

THIS IS A PRESOLICITATION ONLY. NO SUBMITALS ARE REQUIRED AT THIS TIME. SUBJECT: Presolicitation Notice; FA890326R0007 - Environmental Construction Optimization Services (ECOS)1. The 772d Enterprise Sourcing Squadron PKB Flight intends to issue a Request for Proposal (RFP), conducted in accordance with RFO Part 15, Contracting by Negotiation, for the Environmental Construction Optimization Services (ECOS) Multiple Award Task Order Contract (MATOC) / Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. The Government anticipates awarding multiple contracts under this solicitation. The total ceiling for this IDIQ contract vehicle is $3.5 Billion. The ordering period will consist of a 5-year base period and one (1) 3-year option period. Anticipated contract types include Firm-Fixed-Price (FFP), Cost-Reimbursable (CR), and Cost-Plus-Fixed-Fee (CPFF). This requirement will be solicited as a Total Small Business Set-Aside with additional Small Business socioeconomic reserves at the MATOC level.2. This requirement is for comprehensive environmental services to support mission requirements. The broad scope of work encompasses environmental planning, investigation, remediation, construction, and compliance activities as detailed in the Performance Work Statement (PWS). The applicable North American Industry Classification System (NAICS) Code is 562910 (Remediation Services), and the Product Service Code is F108.3. The Government intends to utilize a Hybrid - Highest Technically Rated Offeror (HTRO), with a Minimum Technical Threshold Rating (MTTR) source selection methodology for this acquisition. 4. In accordance with RFO 5.101(d), this presolicitation notice is being published at least 15 days prior to the issuance of the (RFP). The official solicitation and all associated attachments—are expected to be posted on or about May 19, 2025 to the Governmentwide Point of Entry at https://sam.gov.5. Paper copies of the solicitation will not be issued. All parties interested in doing business with the Government must be registered in the System for Award Management (SAM) database to be eligible for award.6. For questions regarding this presolicitation notice, please contact the Contracting Officer and Contract Specialist listed below:• Contracting Officer: Nathan J. Fry, 772 ESS/PKB, nathan.fry.7@us.af.mil• Contract Specialist: Alexander Casey, 772 ESS/PKB, alexander.casey@us.af.milAttachments (Drafts provided for informational purposes only):• Attachment 1 - Draft ECOS Performance Work Statement (PWS)• Attachment 2 - Draft ECOS Section L• Attachment 3 - Draft ECOS Section M• Appendix L-04 - Draft Self-Scoring Matrix

View original listing