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
    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
    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.
    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.
    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.
    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.
    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 .
    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
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    Industry Day - USACE Portland District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@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.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    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.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    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.