Mowing & Trimming Services at Coralville Lake
ID: W912EK25QA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for mowing and trimming services at Coralville Lake in Iowa. The contract requires the contractor to provide personnel, equipment, and materials to maintain various public-use areas, ensuring compliance with specified quality standards and environmental regulations. This service is crucial for maintaining the aesthetic and environmental integrity of recreational facilities, thereby enhancing public enjoyment and safety. Proposals are due by April 15, 2025, with a contract period from April 17, 2025, to October 31, 2025, and potential extensions through two option periods. Interested contractors should direct inquiries to Samantha Johanson at samantha.k.johanson@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 10:08 PM UTC
The document outlines a Performance Work Statement (PWS) for a non-personnel services contract to provide mowing and trimming services at the Coralville Lake Project, Iowa, managed by the U.S. Army Corps of Engineers. The contractor is responsible for delivering personnel, equipment, and materials necessary to maintain various public-use areas, ensuring all operations meet specified quality standards. Work is to be conducted weekdays, observing federal holidays, with guidelines in place for adverse conditions and safety requirements. Key tasks include precise mowing and trimming around recreational facilities to maintain aesthetic and environmental standards, with the contractor liable for damages caused during operations. The contract demands regular insurance coverage, a quality control plan, and compliance with local and federal environmental regulations. Performance is monitored through a Quality Assurance Surveillance Plan (QASP), with established criteria for acceptability. The contract period spans from April 17 to October 31, 2025, encompassing multiple specified recreation and facility areas. Overall, the document emphasizes the importance of quality performance, safety, and adherence to governmental standards in public service contracts.
The document outlines an RFP for mowing and trimming services at the Coralville Lake Dam and associated recreational areas in Johnson County, Iowa, covering the scheduling of pricing for a base contract and two optional periods. The contractor will be compensated based on actual work, with detailed quantities listed per service area, such as campgrounds and day-use areas, across various line items. The base period for performance is set for April 17 to October 31, 2025, with two subsequent option periods extending through October 2027. Each service area has specific quantities, primarily consisting of 18 each for most areas, and an exception for the sewage lagoons, which require only 8 each. The document emphasizes compliance with the attached Performance Work Statement (PWS) and articulates the federal contracting process focusing on service delivery for public recreational facilities. Overall, the RFP illustrates the government's commitment to maintaining recreational areas and outlines the expectations for contractors involved in these services.
Apr 11, 2025, 10:08 PM UTC
The document is a Wage Determination under the Service Contract Act from the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for employees under federal contracts in Iowa's Johnson and Washington counties. It specifies that contracts signed or renewed after January 30, 2022, must comply with Executive Order 14026, requiring a minimum wage of $17.75 per hour for covered workers in 2025. For older contracts, Executive Order 13658 allows for a minimum wage of $13.30 per hour. The document includes a detailed list of occupations and corresponding hourly wage rates across various sectors, such as administrative support, automotive services, food preparation, and health occupations. It outlines mandatory fringe benefits, health and welfare compensation, vacation entitlements, and requirements for sick leave under Executive Order 13706. Furthermore, the document provides guidelines for adding unlisted job classifications and their corresponding wage rates, ensuring compliance with labor regulations. This wage determination and accompanying details highlight the federal government's commitment to equitable compensation and worker protection in service contracts.
Apr 11, 2025, 10:08 PM UTC
The document outlines the question and answer format for the solicitation W912EK25QA002, pertaining to mowing and trimming services at Coralville Lake. Proposals should be emailed to the designated Contract Specialist and Contracting Officer. The previous contract (W912EK20C0042) had a total value of $446,361.70 for a duration of 5 years, consisting of a base plus four option periods. However, the new requirement specifies a base and two option periods, allowing for a maximum contract length of 3 years. Payments are to be made monthly, as detailed in Section 1.12 of attachment “A1 – PWS – Mowing and Trimming – Coralville Lake” and FAR Clause 52.212-4. This document serves to clarify procedural details for bidders and lays the groundwork for potential contractors to understand the scope and payment structure of the project, indicating an organized approach to solicit proposals in accordance with federal contracting guidelines.
Apr 11, 2025, 10:08 PM UTC
The document is a Request for Quotation (RFQ) from the US Army Corps of Engineers, specifically regarding a mowing and trimming service contract for Coralville Lake. Contractors are instructed to complete essential forms, including the SF1449 and Offeror Representations and Certifications, as part of their proposal submission. The RFQ details that offers must include specific contact information, such as a taxpayer ID number and CAGE code, and should also confirm the contractor’s registration in the System for Award Management (SAM) prior to contract award. The offer due date is set for April 15, 2025, and potential contractors are advised to verify receipt and legibility if submitting via methods besides email. The RFQ emphasizes the importance of accurately completing all required sections, maintaining compliance with federal regulations, and adhering to guidelines for small business classifications, including Women-Owned and Economically Disadvantaged businesses. The solicitation aims to procure commercial services while ensuring inclusivity and compliance with federal contracting standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Gavins Point Mowing Contract FY 2025 through FY 2029
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the Gavins Point Mowing Contract for fiscal years 2025 through 2029. This contract entails providing non-personal lawn mowing and trimming services at the Gavins Point Project in Crofton, Nebraska, which includes maintaining grass and trimming around various facilities and natural features. The contract will consist of a 12-month base year with four additional 12-month option years, and it is set aside exclusively for small businesses under the NAICS code 561730 for Landscaping Services, with a size standard of $9.5 million. Interested parties should note that the solicitation is expected to be issued around April 18, 2025, with a closing date around May 7, 2025. For further inquiries, potential bidders can contact Brianna Wohlers at brianna.n.wohlers@usace.army.mil.
PCMC Service Contract for Marion Reservoir, Kansas
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a service contract related to the Marion Reservoir in Kansas, focusing on facilities support services. The contract encompasses various tasks, including mowing, janitorial services, cleaning of parks, herbicide application, and tree maintenance, which are essential for maintaining the reservoir's operational integrity and environmental quality. Interested parties are encouraged to attend a pre-proposal site visit scheduled for April 9 and April 17, 2025, at the Marion Reservoir Project Office, where they can gain insights and clarify any questions regarding the project. For further inquiries, potential bidders can contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
Clinton River Confined Disposal Facility (CDF) Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance services at the Clinton River Confined Disposal Facility (CDF) in Harrison Township, Michigan. The primary objective is to address significant overgrowth of vegetation, including large trees and brush, to ensure the facility remains functional, with tasks expected to include tree cutting, topping, and vegetation removal. This opportunity is crucial for maintaining the operational integrity of the CDF, which plays a vital role in environmental management. Interested businesses, both small and large, are encouraged to respond by submitting a completed questionnaire to Contract Specialist Noah Bruck and Contracting Officer Michelle Barr via email by 2:00 PM Eastern Time on May 2, 2025, with the NAICS code for this procurement being 561730 for Landscaping Services.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
Dam Vegetation Maintenance Services for Belton Lake, Stillhouse Hollow Lake, Georgetown Lake, Texas
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Dam Vegetation Maintenance Services for Belton Lake, Stillhouse Hollow Lake, and Georgetown Lake in Texas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing services on embankments and adjacent areas of the dams, with the contractor responsible for all necessary personnel, equipment, and materials. The contract is a total small business set-aside, with an anticipated award date around April 30, 2025, and requires firms to be registered with the System for Award Management (SAM) to be eligible for contract award. Interested parties can contact Bonifacio Magdaleno at BONIFACIO.MAGDALENO@USACE.ARMY.MIL or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL for further information.
Bat Wing Mower with Turn-In
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the procurement of a Bat Wing Mower with Turn-In, which involves trading in an existing flex wing rotary cutter mower and delivering a new PTO powered flex wing mower. The new equipment must meet specific requirements, including a cutting width of 240 inches and flexibility in design, emphasizing the importance of reliable and efficient lawn maintenance equipment for military operations. Interested contractors are encouraged to contact Eric J. Gaul for proposal inquiries, with a proposed delivery date set for June 6, 2025, and immediate pickup of the traded equipment required. Compliance with the System for Award Management (SAM) registration is mandatory, and the solicitation document includes various FAR and DFARS clauses to ensure adherence to federal regulations.
PCMC Service Contract for Keystone Lake, Oklahoma
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified small businesses to provide Project Consolidated Maintenance Contract (PCMC) Services for Keystone Lake in Oklahoma. The services required include mowing, janitorial work, park cleaning, refuse collection, vault/septic pumping, and herbicide/pesticide applications, all of which are essential for maintaining the recreational and environmental quality of the area. This opportunity is set aside exclusively for small businesses, with a total contract value based on the previous award being approximately $1.7 million, and the solicitation is expected to be issued around April 23, 2025, with a closing date around May 14, 2025. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Rudolfo Morales at rudolfo.j.morales.civ@mail.mil for further information.
U.S. Coast Guard Base Miami Beach Grounds Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide grounds maintenance services at the Coast Guard Base in Miami Beach, Florida. The procurement encompasses a comprehensive range of maintenance activities, including mowing, trimming, pest control, and irrigation management, aimed at ensuring the health, safety, and aesthetic standards of the facility. This contract is critical for maintaining the operational integrity and appearance of the base, with a performance period spanning from July 2025 to June 2030, including options for renewal. Interested vendors must submit their quotations by 2:00 PM ET on May 1, 2025, and can direct inquiries to Contract Specialist Brandy Moneymaker at brandy.moneymaker2@uscg.mil.
Carr Creek Lake Herbicide Contract (2025 only)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a herbicide application contract at Carr Creek Lake in Knott County, Kentucky, specifically for the year 2025. The contractor will be responsible for providing all necessary materials, labor, and management to ensure effective herbicide application across multiple designated sites, adhering to strict environmental guidelines and federal regulations. This project is crucial for maintaining ecological balance and preventing contamination in water bodies, emphasizing the government's commitment to sustainable land management practices. Interested small businesses must submit their quotes electronically by April 23, 2025, following a mandatory site visit on April 16, 2025, and can direct inquiries to Justin McPherson at justin.m.mcpherson@usace.army.mil or by phone at 502-315-7057. The total funding amount for this contract is $9.5 million, with a focus on engaging small businesses under the SBA set-aside program.
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.