Webb Mitigation Site Maintenance Mowing
ID: W9127N25Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, 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 Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 10:00 PM UTC
Description

The U.S. Army Corps of Engineers, Portland District, is seeking quotes for the maintenance mowing of the Webb Mitigation Site located in Clatskanie, Oregon, under solicitation number W9127N25Q0014. The contract, which is a total small business set-aside, requires mowing services for fields, wetland areas, and ditch slopes, with a firm-fixed price structure for a base period from March 15, 2025, to March 14, 2026, and options for four additional years. This procurement is critical for maintaining the ecological health and accessibility of federal lands, ensuring compliance with environmental standards while supporting small business participation in government contracting. Interested contractors must submit their quotes by January 29, 2025, at 2:00 PM PST, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.

Files
Title
Posted
Jan 17, 2025, 1:04 AM UTC
The U.S. Army Corps of Engineers - Portland District seeks contractors for maintenance mowing at the Webb Mitigation Site in Clatskanie, Oregon, covering various fields and wetland areas. The contract, a firm-fixed price, spans from March 15, 2025, to March 14, 2026, with options for four additional years. Contractors are responsible for all necessary personnel, equipment, and materials, and must adhere to scheduled mowing tasks designed to control vegetation and provide habitats for wildlife. Performance standards ensure timely, high-quality work with zero deviations from specified requirements, subject to government surveillance and inspection. The document outlines safety protocols, environmental protections, and contractor responsibilities, including timely reporting of accidents and securing project sites against theft. Additionally, it emphasizes the importance of employing veterans. Overall, the proposal reflects a structured approach to maintaining wildlife habitats while ensuring compliance with contract standards and federal regulations.
Jan 17, 2025, 1:04 AM UTC
The Quality Assurance Surveillance Plan (QASP) outlines procedures for monitoring the performance of the contractor responsible for maintaining the Webb Mitigation Site in Clatskanie, Oregon. Its main purpose is to establish systematic methods for assessing whether the contractor meets the performance standards specified in the Performance Work Statement (PWS). The QASP emphasizes a performance management approach focused on results rather than processes, allowing the contractor flexibility in execution while holding them accountable for quality outcomes. Roles are defined for the Contracting Officer (KO) and the Contracting Officer’s Representative (COR), who will oversee contract compliance and performance evaluation. Monitoring includes periodic inspections and customer feedback, with a focus on acceptable quality levels. If performance standards are not met, remediation actions may be required. The document includes a feedback loop for performance assessment and corrective actions, ensuring that the government pays only for satisfactory services. The attachment details specific performance requirements, standards, and quality monitoring forms to systematically document outcomes. Overall, the QASP is critical for ensuring contractor accountability and effective government oversight.
Jan 17, 2025, 1:04 AM UTC
The document outlines the wage determination guidelines under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2015-5563 Revision No. 24. The primary aim is to establish minimum wage and fringe benefits for service employees working on federal contracts effective from January 30, 2022, and beyond. The minimum wage must at least meet standards set by Executive Orders 14026 and 13658, with specified rates for 2025 at $17.75 and $13.30 per hour, respectively. It details wage rates for various occupations across specified Oregon and Washington counties, along with mandated fringe benefits like health and welfare compensation. With a comprehensive list of occupations and corresponding rates, the document emphasizes compliance requirements for federal contractors, including paid sick leave, vacation, holiday pay, and regulations concerning uniforms and other classifications. Furthermore, guidelines are provided for the conformance process for any unlisted job classifications, ensuring that fair compensation aligns with applicable wage standards. As part of the federal contracting framework, the document reinforces the emphasis on equitable pay and worker protections within government contracts. Overall, the file serves as a critical resource for contractors to comply with federal employment regulations related to the SCA.
Jan 17, 2025, 1:04 AM UTC
The document is a Request for Quotation (RFQ) from the U.S. Army Corps of Engineers (USACE) Portland, identified as solicitation number W9127N25Q0014, dated January 15, 2025, with offers due by January 29, 2025, at 2:00 PM. It aims to procure commercial mowing services for specified tasks spanning summer and fall across wetland areas and fields, under a firm-fixed-price (FFP) contract structure. The RFQ includes multiple Contract Line Item Numbers (CLINs), outlining detailed scopes and quantities for tasks, highlighting a distinct focus on environmental considerations in mowing operations. Key provisions of the RFQ stipulate requirements for small business participation, accounting for set-asides for service-disabled veteran-owned, economically disadvantaged women-owned, and HUBZone small businesses. The contract encompasses delivery requirements and specific performance periods, while also referencing compliance with various federal regulations and acquisition clauses. The RFQ forms part of broader federal procurement efforts to facilitate environmental maintenance through meticulous contract management and a focus on supporting small businesses in government contracting opportunities.
Jan 17, 2025, 1:04 AM UTC
The government is seeking quotes for a series of mowing services as outlined in the Performance Work Statement. The request covers both summer and fall mowing across various fields and wetland areas, alongside main ditch slope mowing for multiple locations. The specified tasks include summer mowing for Field 1, Field 2, and a wetland berm to ditch, as well as fall mowing duties for the same areas. The document includes detail for a total of four option years, with identical services required each year, totaling 32 distinct job line items for contractors to bid on. The solicitation appears to be aimed at maintaining the health and accessibility of federal land, underscoring the importance of proper land management practices. Each service is stated to be required as one job per task, with the associated quantities and units for a structured procurement approach. The overall focus reflects the government’s initiative to ensure landscaping and ecological management efforts are sustained over the defined period, thus highlighting its commitment to environmental stewardship .
Jan 17, 2025, 1:04 AM UTC
The document primarily outlines the Columbia River Channel Improvement Project, focusing on the Webb Mitigation Site, located across several counties, including Columbia, Cowlitz, Clatsop, and Wahkiakum. It includes a detailed location map and driving directions to the mitigation site, as well as an overview of the site which comprises 70 acres of varying land types, including fields and wetlands. The text contains instructions for reporting contract discrepancies, allowing for communication regarding issues that may arise during project execution. Key sections detail the protocol for both contractor responses and governmental evaluations concerning any discrepancies, indicating a structured approach to maintenance of contract integrity. This document serves as a practical resource for navigating operational and compliance aspects within the context of government-funded projects, ensuring effective oversight and collaboration between contractors and government entities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
OR/WA Clamshell Maintenance Dredging 2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "OR/WA Clamshell Maintenance Dredging 2025" project, aimed at enhancing navigable waterways in Oregon and Washington. This project involves dredging and material placement at multiple locations, with an estimated construction budget between $5 million and $10 million, and is designated as a Total Small Business Set-Aside under NAICS code 237990. The procurement emphasizes compliance with federal regulations, including labor laws and wage determinations under the Davis-Bacon Act, ensuring fair compensation for workers involved in the dredging operations. Interested contractors must submit their bids electronically by the specified deadline and can reach out to Julia Carlton or Brandon Lasich for further inquiries.
USACE Forest Services MATOC
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The procurement aims to assist USACE with various forestry tasks, including planting, herbicide application, and invasive species management, to enhance ecological conditions and promote sustainable land use practices. This initiative is critical for effective natural resource management and aligns with broader governmental goals of environmental preservation. Interested parties must submit their proposals by May 26, 2025, with a maximum contract value of $9.5 million over a five-year performance period. For further inquiries, contact Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 PNW Forest Inventory Analysis (FIA) Ongrid Area 7 contract. This procurement involves the location, installation, and remeasurement of Forest Inventory plots across various federal and state lands in Oregon, Washington, and Idaho, with a focus on adhering to strict quality standards and environmental preservation protocols. The selected contractor will be responsible for delivering digital data, ensuring compliance with safety regulations, and managing access to plots while maintaining confidentiality as outlined in the Non-Disclosure Agreement. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov.
2025 PNW Field Inventory Analysis Ongrid Areas 1 & 8
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) contract focused on specific plots located in various national forests across Oregon and Washington. The procurement aims to establish a Firm-Fixed-Price contract for the remeasurement of forest inventory plots, requiring contractors to provide all necessary labor, management, tools, and transportation while adhering to strict quality and safety standards. This initiative is crucial for enhancing forest management and resource analysis, supporting the USDA's commitment to ecological stewardship. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 25, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.
2025 PNW Forest Inventory Analysis (FIA) Ongrid Areas 3 & 5
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for the 2025 Forest Inventory Analysis (FIA) in designated on-grid areas across Oregon and Washington. The procurement involves locating, measuring, and maintaining Forest Inventory plots on various land ownerships, with a strong emphasis on adhering to quality standards and ensuring accurate data collection. This initiative is crucial for enhancing forest inventory data accuracy and accessibility, supporting environmental assessments, and fostering collaboration with landowners. Quotes are due by May 5, 2025, at 3:00 PM Pacific Time, and all inquiries must be submitted in writing by April 28, 2025, to the primary contact, Ricky McLellan, at ricky.mclellan@usda.gov or by phone at 971-337-6197.
2025 PNW Field Inventory Analysis (FIA) Ongrid Areas 4 & 6
Buyer not available
The Department of Agriculture, specifically the Forest Service's Pacific Northwest Research Station, is seeking quotes for a Field Inventory Analysis (FIA) project in designated Ongrid Areas 4 and 6 across Oregon and Washington. The procurement involves establishing and remeasuring Forest Inventory plots on various land ownerships, with a focus on ensuring high-quality data collection and compliance with federal standards. This initiative is crucial for sustainable forest management practices and supports small businesses through a Total Small Business Set-Aside contract, with a maximum size standard of $11.5 million. Quotes are due by May 2, 2025, at 3:00 PM Pacific Time, and interested parties should direct inquiries to Ricky McLellan at ricky.mclellan@usda.gov or call 971-337-6197.
McNary Turbine Maintenance Platforms
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is preparing to solicit bids for the procurement of Turbine Maintenance Platforms for the McNary Dam in Umatilla, Oregon. This firm-fixed-price supply contract will adhere to the Technical Specifications set forth by the U.S. Army Corps of Engineers and is designated as a Total Small Business Set-Aside under the NAICS code 332312, which pertains to Fabricated Structural Metal Manufacturing. The platforms are critical for maintaining turbine operations, ensuring efficiency and safety in dam management. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and further details will be available on sam.gov, with the solicitation expected to be released soon. For inquiries, potential bidders can contact Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
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.
Development and Field Verification of Precision Submersed Herbicide Applications in the Columbia River Basin
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to award a sole-source contract to Aquatechnex, LLC for the development and field verification of precision submersed herbicide applications in the Columbia River Basin. The objective of this procurement is to enhance techniques for controlling invasive plant populations, such as flowering rush and milfoil, through specialized field services and assessments in collaboration with federal partners and stakeholders. This initiative is critical for improving the efficacy and cost-effectiveness of invasive species management strategies in public water bodies, particularly in Washington, Oregon, Idaho, and Montana. Interested parties must submit their capability statements via email to Amanda Andrews and Sonia Boyd by 11:30 AM Central Time on April 22, 2025, as no competitive proposals will be accepted.
Herbicide Spraying for USACE Philadelphia District Field Sites
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is soliciting bids for herbicide spraying services across five flood control projects and the Chesapeake and Delaware Canal, with a total estimated contract value of $9,500,000. The primary objective is to manage unwanted woody vegetation and invasive species to ensure the integrity of earthen structures and facilitate navigation along the canal. This contract, categorized as a Firm Fixed Price service agreement, will run from June 1 to July 31, 2025, and requires contractors to provide all necessary manpower, equipment, and materials while adhering to federal and state pesticide regulations. Interested parties should submit their quotes via email to the designated contacts, Connor Struckmeyer and Brandon Mormello, and are encouraged to monitor the SAM.gov website for updates and additional information regarding the solicitation.