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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    FY26 Pointe Lookout Harbor Maintenance
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Detroit District, is conducting a Sources Sought notice for maintenance services at Pointe Lookout Harbor in Au Gres, Michigan. The primary objective is to address significant overgrowth of vegetation, including tree cutting, herbicide application, and removal of invasive species to restore the structural integrity and functionality of the harbor's breakwall. This opportunity is crucial for maintaining the harbor's operational capacity and ensuring environmentally responsible practices during the maintenance process. Interested businesses, both small and large, are encouraged to submit their capabilities and past project experiences by December 15, 2025, to Contract Specialist Noah Bruck at noah.r.bruck@usace.army.mil and Contracting Officer Stephanie M. Craig at stephanie.m.craig@usace.army.mil.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.