Garrison Project Recreation Mowing
ID: W9128F25QA043Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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 U.S. Army Corps of Engineers, is soliciting proposals for a fixed-price contract to provide grounds maintenance services at various recreational areas, covering approximately 55 acres in North Dakota. The scope of work includes mowing, trimming, tilling, and vegetation management at multiple sites, including the Downstream Campground and Wolf Creek Recreation Area, with an emphasis on maintaining safety and aesthetics for public use. This contract, valued at $9,500,000, spans from May 20, 2025, to April 30, 2026, with options for renewal over four additional years. Interested small businesses, particularly those that are women-owned, should direct inquiries to Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil for further details and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The ENG FORM 6055 document serves as a Contract Requirements Package Security Review Cover Sheet for the U.S. Army Corps of Engineers (USACE). It outlines essential procedures for reviewing contracts related to antiterrorism (AT) and operations security (OPSEC), ensuring that all necessary security considerations are addressed for services and supply contracts over a specific threshold. The form requires a review of performance work statements and mandates involvement from the Antiterrorism and OPSEC Officers to assess security aspects. It also delineates standard contract language and required clauses concerning security training and protocols across various contractor activities, including physical security, personnel access, and information assurance. The primary purpose of the form is to ensure that contract personnel maintain essential security compliance, particularly in high-risk environments. Additionally, it details the completion of training and documentation requirements for contract personnel, thereby reinforcing the importance of safeguarding sensitive information and ensuring adherence to federal regulations. The overarching aim is to uphold a secure operational environment for USACE projects, reflecting the organization’s commitment to national security standards and protocols.
    The document outlines the mowing and trimming specifications for the Wolf Creek Mowing Area, specifically focusing on Wolf Creek East (Part 1). The task requires complete mowing and trimming of the designated shaded area and includes specific instructions such as mowing a 6-foot strip along all roadways and parking lots. Additionally, vegetation must be cut or trimmed within a 10-foot range on both sides of boat ramps, and all vegetation should be cleared from the edge of the parking lot up to 2 feet behind guard posts. This project is part of federal or local initiatives aimed at maintaining environmental aesthetics and safety around public facilities. Overall, the document emphasizes the importance of well-maintained green spaces in public areas and highlights specific operational tasks necessary for achieving these goals.
    The document outlines the mowing and trimming specifications for the Wolf Creek Mowing Area, specifically focusing on Wolf Creek East, which encompasses 9 acres. The scope requires complete cutting and trimming of vegetation within the designated shaded area, maintaining a 6-foot mow along all adjacent roadways and parking lots. Additionally, the contract stipulates that all vegetation must be cut or trimmed within 10 feet of both sides of the boat ramps and within 2 feet behind guard posts adjacent to the parking lot. This RFP highlights the federal or local government's emphasis on maintaining public spaces for accessibility and aesthetic purposes, ensuring safe recreational access to the area. The detailed guidelines signal the importance of adherence to environmental and safety standards in landscape maintenance operations.
    The document outlines mowing and trimming specifications for the Wolf Creek Mowing Area, specifically within the designated shaded region of Wolf Creek East (Part 2). The scope of work includes mowing and trimming vegetation along all roadways and parking lots, extending 6 feet outward. Additionally, it requires vegetation to be cut or trimmed within 10 feet of both sides of boat ramps and from the edge of the parking lot to 2 feet behind guard posts. These maintenance activities are essential for ensuring the area's accessibility, safety, and aesthetic upkeep. The outlined tasks align with the general expectations for federal or local RFPs focused on environmental maintenance and land management, underscoring the importance of detailed specifications within government proposals.
    The file outlines the mowing and trimming specifications for the Wolf Creek Mowing Area, specifically addressing the Wolf Creek West section, which spans 3.2 acres. The primary requirement involves mowing and trimming the entire shaded region of the area while also ensuring that a 6-foot strip along all roadways and parking lots is maintained. This document serves as part of a federal or local request for proposals (RFP) related to landscaping and maintenance services. By detailing the specific area and mowing guidelines, it aims to facilitate the procurement process and ensure that bidders understand the scope of work required for proper upkeep of the designated space. Adherence to these specifications is essential for maintaining aesthetic and safety standards in public areas.
    The document outlines the requirements for maintaining the Downstream Boat Ramp mowing area, encompassing a total of 1.50 acres. The scope of work involves mowing a six-foot strip along all roadways and parking areas, as well as trimming around guardrails, fence posts, signs, and facilities to ensure the area is neat and accessible. This maintenance task is likely part of a larger initiative to maintain recreational facilities and promote safety for users. By outlining specific mowing and trimming requirements, the document aims to ensure compliance with local standards and enhance the overall visitor experience at the boat ramp. Efforts to maintain the facility also reflect the government's commitment to preserving public recreational spaces for community use.
    The document outlines a mowing and trimming project for the Downstream Campground specifically targeting Loop 1, covering a total area of 5.80 acres. The scope of work involves mowing all highlighted regions within the campground and maintaining a 6-foot mowing strip along all roadways. Additionally, it specifies the need to trim around trees, fire rings, structures, and posts to ensure a well-kept facility. This project emphasizes the importance of maintaining park aesthetics and safety. The details reflect a clear and straightforward request for proposals or grants in the context of public land management and recreational facility upkeep.
    The document outlines the mowing requirements for Loop 2 at the Downstream Campground, covering an area of 9.60 acres. It specifies that all highlighted zones should be mowed, ensuring a 6-foot trimming along roadways and around various structures such as trees, fire rings, and posts. The purpose of these mowing tasks is to maintain the aesthetic and functional aspects of the campground, likely as part of a broader federal or state contract aimed at preserving recreational spaces. The details reflect operational standards expected in the maintenance of public campground areas, emphasizing the need for attention to both open spaces and surrounding facilities.
    The document outlines a mowing and trimming task for the Downstream Campground, specifically targeting Loop 3, encompassing a total area of 7.70 acres. The primary objective is to mow all highlighted regions within this loop, ensuring a clear path that extends 6 feet along all roadways. Additionally, the scope includes trimming around various features such as trees, fire rings, structures, and posts to maintain safety and aesthetics within the campground. This task is likely part of a broader request for proposals (RFP) or grant aimed at enhancing campground maintenance and user experience, showcasing the government's commitment to preserving natural recreational spaces. The clear specifications indicate a structured approach towards campground upkeep, ensuring that all essential areas are addressed efficiently.
    The document outlines the mowing and maintenance requirements for Loop 4 of the Downstream Campground, specifically detailing a 2.7-acre area. The primary task involves mowing all highlighted regions and ensuring a 6-foot trim along roadways while also trimming around structures such as trees, fire rings, and posts. The provided information serves to guide contractors in maintaining the campground's appearance and usability, likely as part of a federal or state/local request for proposals (RFPs) for landscaping services. This supports the overall accessibility and safety of recreational areas within the campground, aligning with federal guidelines for public land upkeep.
    The document outlines maintenance requirements for the Downstream Campground, specifically focusing on services for the Gate Attendant and Dump Station. It details the need to mow designated areas, extending 6 feet along roadways, and emphasizes the importance of trimming around trees, fire rings, buildings, and posts. The total area designated for these activities is approximately 0.40 acres. This maintenance work is likely part of a broader Request for Proposals (RFP) or grant aimed at ensuring the proper upkeep and safety of campground facilities, aligning with local government standards for public maintenance and environmental management.
    The document outlines a mowing and trimming contract for Hatchery Road, which involves maintaining a 6-foot strip along road edges over a specified area of 3.00 acres. The tasks include mowing and trimming around critical features such as fence posts, signs, and guardrails. With a total of 2,000 yards designated for this maintenance, the scope aims to ensure roadside accessibility and aesthetic upkeep. This request for proposals (RFP) reflects the government’s commitment to maintaining public spaces while potentially seeking bids from contractors for executing the work. Proper adherence to these requirements is essential to facilitate both community safety and visual standards along the roadway.
    The Performance Work Statement (PWS) outlines a contract for Grounds Maintenance Services at various recreational areas managed by the US Army Corps of Engineers, specifically covering approximately 55 acres across five sites. The goal is to ensure quality and safe recreational experiences for visitors through activities such as mowing, trimming, tilling, and vegetation removal. The contract is structured as a fixed-price, non-personal services agreement that spans one base year with four optional renewal years, from May 2025 through April 2030. Key contractor responsibilities include maintaining a professional appearance, employing qualified personnel aged 16 or older, and adhering to stringent quality control measures. The government monitors performance through a Quality Assurance Surveillance Plan and reserves the right to inspect services and request corrective actions if standards are not met. Contractor duties will include regular inspections, compliance with local and federal regulations, and submitting various documents for approval before service commencement. The contractor is also accountable for the repair of any government property damages caused by negligence. Payments are processed monthly after thorough inspections have been completed. This document emphasizes high standards of service and accountability in fulfilling the maintenance requirements for public recreational areas.
    The document addresses responses to contractor inquiries regarding Solicitation W9128F25QA043, providing guidelines for potential bidders. Notably, it clarifies that while subcontracting is permissible, the government favors prime contractors who maintain on-site quality control without circumventing small business provisions. For landscaping tasks, it outlines mowing procedures for occupied campsites, emphasizing the need for caution and communication with occupants. Maps indicating areas for tilling have been made accessible via SAM.gov. Additionally, it discloses that the previous award amount was $170,265. The responses overall aim to clarify expectations and procedures for contractors, ensuring compliance with federal contracting norms and performance quality in service delivery.
    The document outlines the Request for Proposal (RFP) for Grounds Maintenance Services at recreation areas managed by the U.S. Army Corps of Engineers, specifically at Garrison Project/Lake Sakakawea. The proposal includes services for various campgrounds, playgrounds, and recreational facilities over a series of five fiscal years, from the initial award date through April 2030. The maintenance tasks outlined involve mowing different campground areas, tilling volleyball courts and playgrounds, and maintaining horseshoe pits. Each item specifies maximum allowable rates for the services, unit prices, and total amounts for both the base year and four option years. Each subsequent year replicates the services covered in the base year, reflecting structured service continuity and standards expected from the awarded contractor. This RFP not only establishes government priorities for maintaining recreational spaces but also encourages vendor participation in federal contracting opportunities, underscoring the significance of environmental management and recreation services in governmental projects.
    The document is a fragmented and corrupted government file likely related to Requests for Proposals (RFPs) or grants at federal or state levels. While the content is largely unintelligible due to data corruption, certain topics may include funding opportunities and guidelines for potential applicants. The file's structure is disordered, revealing segments that suggest aims to solicit bids or support projects that comply with specific regulatory frameworks. Key points may involve application processes, eligibility criteria, and project requirements. Ultimately, the document serves as a communication tool for disseminating information on public funding opportunities, stressing compliance and the importance of safety and environmental considerations in proposed projects. Its intended purpose is to inform stakeholders about available grants and outline necessary steps for successful applications.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract to provide grounds maintenance services covering approximately 55 acres across several recreation areas, including the Downstream Campground and the Wolf Creek Recreation Area. The contract, valued at USD 9,500,000, spans from May 20, 2025, to April 30, 2026, with options for multiple subsequent years. Specifically, it includes mowing, trimming, tilling, and vegetation management, emphasizing a performance-based approach without government oversight of contractor methods. Multiple items are specified for service over five years, each designated for a set price contingent upon performance. Additional contract details include various clauses related to federal regulations and contractor obligations, such as the Prohibition on Contracting for Certain Services, Employment Standards, and Small Business provisions. The document indicates the submission requirements and compliance expectations, ensuring adherence to laws aimed at promoting fair business practices and supporting economically marginalized groups. Ultimately, this solicitation demonstrates the government's commitment to incorporating small and women-owned businesses within federal contracting opportunities.
    This document details amendments and modifications related to a federal solicitation and its associated contract. It outlines the process for vendors to acknowledge receipt of amendments, indicating that offers must be submitted by a specified deadline to be considered valid. The amendments primarily pertain to the removal and addition of various federal acquisition regulations (FAR) clauses, including those concerning confidentiality, service contract labor standards, and prohibitions regarding specific foreign entities and technologies. Notably, several FAR clauses have been deleted, such as those addressing the prohibition on contracting with certain domestic corporations and clauses related to service contract labor standards. New provisions have been introduced, particularly those connected to offer submission guidelines, evaluation criteria, and contract terms. Key evaluation factors for offers include pricing, technical capability, and past performance. The document is structured with clear sections detailing both the amendments to the solicitation and the requisite compliance clauses, ensuring clarity in contractual obligations. Ultimately, this consolidation aims to improve compliance with federal regulations while facilitating the procurement processes for government contracts and grants.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    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.
    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.
    Grounds Maintenance USAG Ansbach
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services for the U.S. Army Garrison (USAG) Ansbach in Bavaria, Germany. The procurement involves a Firm-Fixed Price (FFP) contract with a base period starting on April 1, 2026, and includes three optional one-year extensions, covering a total of approximately 2,216 acres across multiple kasernes. This contract is crucial for maintaining the aesthetic and functional quality of military grounds, ensuring compliance with both U.S. and German regulations. Interested parties should contact Kimberly Marra at kimberly.l.marra.civ@army.mil for further details, and note that a site visit is scheduled for December 10, 2025, with registration required by December 8, 2025.
    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.
    Tree Maintenance Services in Central and West, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree maintenance services in Central and West Texas. The contractor will be responsible for a range of services including tree removal, trimming, stump grinding, and boundary fence line clearing at various lakes including Aquilla, Hord's Creek, Navarro Mills, O.C. Fisher, Proctor, Waco, and Whitney Lakes. These services are crucial for maintaining the health and safety of the landscapes surrounding these recreational areas. Interested small businesses are encouraged to contact Allen Holmes at allen.l.holmes@usace.army.mil or by phone at 817-886-1035 for further details regarding the solicitation, which is set aside for total small business participation.
    Roads & Grounds Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Roads & Grounds Services at Fort McCoy, Wisconsin. The contractor will be responsible for delivering all necessary labor, transportation, equipment, materials, supervision, and other services as outlined in the Performance Work Statement and the terms of the solicitation. This contract is crucial for maintaining the operational readiness and aesthetic upkeep of the military installation, with a total estimated performance period that includes a 1-month phase-in, one base year of 11 months, four 12-month option years, and a 6-month option to extend. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, focusing on technical capabilities, past performance, and price, with the solicitation expected to be released on December 18, 2025. Interested parties can contact Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or 520-706-0736 for further information.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    Skiatook and Birch Lake PCMC, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Tulsa District, is soliciting bids for landscaping services at Skiatook and Birch Lake PCMC in Oklahoma. This procurement is a Total Small Business Set-Aside, aimed at engaging small businesses to fulfill the landscaping and groundskeeping needs of the area. The services are crucial for maintaining the aesthetic and functional quality of the lakeside facilities, ensuring a safe and pleasant environment for visitors and staff. Interested contractors can reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details regarding the solicitation notice W912BV26QA010.