JBER Alaska Maintenance

The Department of the Air Force, Pacific Air Forces, 11th Air Force, 673rd Air Base Wing, 673rd Civil Engineer Group has a continuing requirement for grounds maintenance services (to include snow removal) at Joint Base Elmendorf-Richardson, Alaska.

 

Solicitation Summary

The Department of the Air Force, Pacific Air Forces, 11th Air Force, 673rd Air Base Wing, 673rd Civil Engineer Group has a continuing requirement for grounds maintenance services (to include snow removal) at Joint Base Elmendorf-Richardson, Alaska.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Pacific Air Forces, 11th Air Force, 673rd Air Base Wing, 673rd Civil Engineer Group
Solicitation Number FA500024R0023
Status Pre-RFP
Solicitation Date 03/2025 (Estimate)
Award Date 07/2025 (Estimate)
Contract Ceiling Value $21,684,000
Competition Type Undetermined
Type of Award Undetermined
Primary Requirement Facility Support Services
Duration TBD
Contract Type TBD
No. of Expected Awards N/A
NAICS Code(s):
561730

Landscaping Services
Size Standard: $9.5 million annual receipts

Place of Performance:
  • Alaska, United States (Primary)
    • JB Elmendorf-Richardson
Opportunity Website: https://sam.gov/opp/e8bb491410ff47f78d85359f36a700ca/view

Background

N/A

Requirements

  • The Contractor shall provide non-personal services, to include all personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed at Joint Base Elmendorf Richardson (JBER) in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance
  • Areas maps and workloads depicting the service described in this PWS are identified in the Appendices
  • The Contractor shall comply with applicable federal, regional, state, and local laws and commercial standards
  • The Contractor Shall submit a monthly mowing, brush cutting and grading schedule to the CO and COR 10 Days prior to the performance month.The growing season at JBER is considered to be 15 April through 14 October
  • All damages caused by the Contractor or its employees to government property and personal property (to include facilities, fences, equipment, trees and shrubs, etc.) due to Contractor operations shall be repaired or replaced by the Contractor within 15 days after identification/notification at no additional cost to the Government. If a plant should die or become unhealthy due to damage, the Contractor will be responsible for replacing the damaged plant with a plant of same size and type. Plant replacement shall occur within 15 days after identification or notification or as otherwise agreed to by the parties. Fence lines identified shall be trimmed to prevent vegetation growth in the fence, including removal of vegetation growing up the links of the fence. All areas shall be trimmed concurrent with mowing. Application of nonselective herbicides to control grass, weeds and vegetation around obstacles to include fence lines, shall only be allowed with the COR approval.
  • MAINTAIN IMPROVED GROUNDS:  Improved grounds are identified in Appendix A, Grounds Descriptions/Workload Estimates and Appendix B, Area Maps or Site Plans
    • Mow
    • Edge
    • Trim
    • Remove Debris/Police Grounds
    • Leaf Removal
    • Fertilization
    • Weed Control
    • Munition Storage Area
    • Fertilization
    • Remove Debris/Police Grounds
    • Dead Animals
    • Natural Disasters
    • Leaf Removals
    • Lawn Conditioning
    • Pest Control
    • Lawn Renovation
    • Prune, shrub, herbs and other plants
  • MAINTAIN SEMI-IMPROVED GROUNDS:  Semi-improved grounds are identified in Appendix A, Grounds Descriptions/Workload Estimates and Appendix B, Area Maps or Site Plans
    • Mow/Trim
    • Weed Control
    • Perimeter Fence line
    • Interior Perimeter Fence line
  • MAINTAIN BIRD AREA STRIKE HAZARD
  • UNIMPROVED GROUNDS
    • The contractor shall maintain grass and vegetation in un-improved grounds to prevent woody encroachment. The contractor shall mow un-improved grounds to maintain a height not to exceed 14”
  • MAINTAIN VEGETATIVE BEDS, INERT BEDS, ROCK BEDS AND RELATED AREAS
    • Maintenance activities may include but are not limited to fertilizing, watering, weeding, mulching, and repairing or replacing of damaged plants and shrubs. When replacing plants, shrubs, and performing repairs, conform to good Xeriscaping practices for the area
  • MAINTAIN SURFACE DRAINAGE DITCHES
    • The contractor shall maintain surface drainage ditches to be free of shrubs, trees, silt and trash to prevent erosion and ensure continuous flow of water. Drainage ditches to be maintained are identified in Appendix B, Area Maps or Site Plans
  • PERFORM SNOW/ICE REMOVAL (JBER-RICHARDSON ONLY)
    • The contractor shall clear snow and ice from all paved areas, sidewalks, steps, stairs, landings, work areas, drains and entrance ramps to provide secure footing or safe driving conditions, as shown in Appendix B
    • The contractor shall ensure a pathway of 3 feet wide is free of snow accumulation, piles, or drifts by removing all snow and ice from sidewalks, steps, landings, and entrance ramps
    • The contractor shall remove snow, and provide continuous snow and ice removal to include including drift or piles, from all remaining paved surfaces such as thoroughfares, parking lots, and airfields as shown on the map in Appendix B, IAW the JBER-R Snow Removal Priorities, and also by the timing, intensity, and duration of snowfall
    • The Snow in Priority 1 areas (Appendix B), shall be removed when accumulation exceeds one (1) inch or within one (1) hour after snowfall stops. For areas identified as Priority 2 (Appendix B), the contractor shall remove snow when accumulation reaches 3 inches or within 2 hours after the snowfall stops. If a snow storm continues, and roads again become snow covered, the contractor shall plow until the storm abates
    • This may require multiple snow/ice removals each day. When snowfall is heavy or accumulations become excessive, the contractor shall place excess snow in approved snow dump locations as identified in Appendix B
  • ICE CONTROL
    • The contractor shall provide ice control by pre-treating thoroughfares to provide secure footing or safe driving conditions by ice control operations or by sanding with sand meeting material gradations IAW ASTM, Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves
    • Pre-treating with an Air Force approved liquid anti-icing product shall begin when temperatures are forecast to reach and/or drop below 32oF (0o) for a continuous 24-hour period. Application rate for liquid anti-icing product shall not exceed .5 gallons per 1000 ft2. Contractor shall provide “continuous monitoring” of base thoroughfares to ensure pavement conditions remain as clear as possible
    • Surface friction can be improved by the application of sand when unusual conditions prevent prompt and complete removal of slush, ice, or snow. Ice control operations may include melting chemicals, anti-skid chemicals or materials, or mechanical ice scoring. Snow shall be removed across the full width and length of surface areas requiring snow removal. Height of snow at roadside and railroad grade intersections shall not exceed thirty-six inches
    • This height standard applies to a minimum distance of fifty feet back from the intersection. Mechanical Ice scoring shall not be allowed to damage paved surfaces
    • The contractor shall provide all sand and chemicals and shall remove and dispose of excess sand accumulation as part of spring cleanup

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.