LAERF Landscaping Services Blanket Purchase Agreement
ID: W912HZ25N1229Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, 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, specifically the Department of the Army, is seeking qualified contractors to provide landscaping services through a Blanket Purchase Agreement at the W2R2 USA Engineer Research and Development Center in Lewisville, Texas. The procurement aims to identify contractors capable of maintaining grass, performing weed eating around pond banks, completing dirt work for pond repairs, providing gravel for pathways, and conducting tree maintenance and removal. These services are essential for maintaining the grounds and ensuring the functionality of various outdoor facilities. Interested small businesses, including those classified as 8(a), HUBZone, SDVOSB, or WOSB, are encouraged to submit their capability statements to Amanda Andrews at amanda.andrews@usace.army.mil and Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL, as this is a total small business set-aside opportunity.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    The U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes, Oklahoma. This procurement is a 100% Small Business set-aside, aimed at ensuring that small businesses can compete for the contract, which will be awarded on a Firm-Fixed Price basis for one base period and four option periods. These services are essential for maintaining the cleanliness and aesthetic appeal of the parks, contributing to the overall enjoyment and safety of the recreational areas. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is anticipated to be issued on or about November 19, 2025, with a closing date around December 18, 2025. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.
    W91237-26-QA007 - Lower Tuscarawas Area Projects, OH - Mowing, Maintenance, and Cleaning Services 2026 - 2030
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing, maintenance, and cleaning services for the Lower Tuscarawas Area Projects in Ohio, covering the period from January 1, 2026, to December 31, 2030. The contract, valued at a not-to-exceed amount of $2,400,000, will be awarded based on a best value tradeoff process, considering factors such as past performance, management controls, equipment and personnel, and cost/price, with non-priced factors being more significant than price alone. This procurement is a total small business set-aside under NAICS code 561730, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226 / 410-980-8898.
    Arborist and Invasive Insect Control Blanket Purchase Agreement, Naugatuck River Basin, locations throughout CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for Arborist and Invasive Insect Control Services across various project sites in the Naugatuck River Basin, Connecticut. The selected contractor will be responsible for providing all necessary labor, equipment, and supplies to fulfill the service requirements, which include locations such as Black Rock Lake, Colebrook River Lake, and the Stamford Hurricane Barrier. This procurement is crucial for maintaining the health of the ecosystems at these sites and is set aside for small businesses, with a total BPA limit of $250,000 and individual calls not exceeding $25,000. Interested vendors must ensure active registration in SAM.gov and await the solicitation documents, which will be available online around November 6-18, 2025; inquiries during the presolicitation phase will not be addressed.
    Mechanical Tree Removal Services, Franklin Falls Dam, Franklin, NH
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for mechanical tree removal services at the Franklin Falls Dam in Franklin, New Hampshire. The project entails the removal of trees and woody vegetation at three designated locations: Periwinkle Road, Profile Falls Recreation Area, and Old Hill Village, requiring cutting, chipping, and disposal of the materials. This procurement is particularly significant as it is set aside for small business vendors, specifically Women-Owned Small Businesses (WOSB), under NAICS code 561730, with a size standard of $9.5 million. Interested contractors must have an active registration in SAM.gov and adhere to safety standards, with the solicitation closing date set for November 14, 2025. For further inquiries, vendors can contact Jennifer Samela at Jennifer.M.Samela@usace.army.mil or by phone at 978-318-8324.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Lower Tuscarawas Area Projects, OH - Mowing, Maintenance, and Cleaning Services 2026 - 2030
    Buyer not available
    The Department of Defense, through the Huntington District Corps of Engineers, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for mowing, maintenance, and cleaning services at the Lower Tuscarawas Area Projects in Ohio. The contract will cover a base period of one year, with four additional option years, running from January 1, 2026, to December 31, 2030, and has a not-to-exceed value of $2,400,000. This procurement is a 100% Small Business set-aside, emphasizing the importance of past performance and management capabilities over cost in the evaluation process. Interested parties must be registered in the System for Award Management (SAM) and can expect solicitation documents to be available around October 31, 2025; inquiries can be directed to Ellec T. Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    EIE485 Tree Clearing, Stockpiling, and Forestry Mulching Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree clearing, stockpiling, and forestry mulching services at Eielson Air Force Base in Alaska. The project involves clearing approximately 44 acres to facilitate a geotechnical site investigation, requiring the contractor to mulch trees and brush into chips and manage stumps to ground level, while navigating challenging terrain that may include soft ground and steep slopes. This procurement is a total small business set-aside, with a performance period of approximately 120 calendar days, and proposals must be submitted electronically via the PIEE Solicitation Module by registered vendors. Interested parties can contact Jason Linn at jason.linn@usace.army.mil or by phone at 907-753-2528 for further details, with the solicitation expected to be available for download around October 23, 2025.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    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.
    Red River Gate Attendant Services
    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 Gate Attendant Services for various locations in the Red River Area, which includes sites in Oklahoma and Texas. The procurement involves issuing a commercial solicitation for two (2) Gate Attendant Services, with five (5) purchase orders anticipated at locations such as Hugo Lake, Sardis Lake, Pat Mayse, and Pine Creek Lake. These services are crucial for the operation of recreational facilities, ensuring visitor management and safety in these popular outdoor areas. Interested small businesses are encouraged to reach out to Kordel Tyler at kordel.m.tyler@usace.army.mil or Ryan Kelley at ryan.j.kelley@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.