Sandy Lake Mowing
ID: W912ES25Q0048Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, 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 bids for mowing and trimming services at the Sandy Lake Recreation Area in McGregor, Minnesota. The contract requires the contractor to provide all necessary labor, equipment, materials, and supplies to maintain the park's grass from June 1 to September 19, 2025, while adhering to specific safety measures and operational guidelines. This procurement is vital for maintaining public recreation areas and ensuring visitor safety, with a total small business set-aside to promote participation from eligible firms. Interested contractors must submit their bids by 3:00 PM on May 19, 2025, and can contact Roberta L. Just at roberta.l.just@usace.army.mil or Sharon Frank-Scheierl at sharon.m.frank-scheierl@usace.army.mil for further information.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for mowing maintenance services at the Sandy Lake Recreation Area in McGregor, Minnesota, as managed by the U.S. Army Corps of Engineers. The contract is set for the period from June 1 to September 19, 2025, requiring the contractor to provide all necessary labor, equipment, supplies, and materials to maintain the park's grass, including mowing and trimming in designated service areas. Compliance with specifications, safety measures, daily work logs, and proper reporting of damages are emphasized. The RFP specifies two service areas—with unique mowing requirements—alongside stipulations regarding scheduling, payment procedures, and personnel conduct. Notably, mowing is restricted during weekends and holidays to ensure visitor safety. The contractor must also avoid using herbicides and maintain a systematic approach to handling grass clippings. Additionally, the document includes contact information for coordination purposes and mandates an orientation for the contractor prior to work commencement. This RFP exemplifies federal procurement procedures, ensuring services align with government standards for maintaining public recreation areas while fostering safety and compliance.
    The U.S. Department of Labor's Wage Determination No. 2015-4959 outlines wage rates and fringe benefits for contractors operating under the Service Contract Act in specific Minnesota counties. Effective from January 30, 2022, contracts must comply with the minimum wage rates established by Executive Orders 14026 and 13658, with rates set at $17.75 and $13.30 per hour, respectively, for covered workers based on contract terms. The document details various occupational classifications, each with corresponding wage rates ranging from clerical work to healthcare and maintenance positions. Contractors are also required to provide benefits such as health and welfare allowances, vacation, and paid holidays. Notably, additional guidelines for classifying unlisted job roles and employee protections under paid sick leave regulations are included. The comprehensive directory serves as a mandate for compliance in federal contracts, ensuring fair wages and protections for workers within these job classifications, while aligning with federal labor standards and regulations.
    The document outlines an amendment to a government solicitation, specifically modifying contract W912ES25Q0048 with an issuance date of May 7, 2025. This amendment introduces a question-and-answer section and announces a scheduled site visit for potential contractors on May 13, 2025. The Q&A addresses operational concerns, such as equipment storage policies and flexibility in mowing schedules due to weather, emphasizing that proposals must include all associated costs without reimbursable elements. The site visit will occur at the Sandy Lake Recreation Area, where firms must register their attendance through email prior to the event. The document stresses the need for contractors to acknowledge receipt of this amendment to prevent the rejection of their offers. Overall, this amendment serves to clarify solicitation requirements and facilitate contractor engagement in the bidding process.
    The document is an amendment to a solicitation for federal contracting related to security requirements in support of the U.S. Army Corps of Engineers (USACE). It outlines specific AT/OPSEC (Antiterrorism/Operational Security) clauses that have been added or modified to ensure compliance with security protocols for all contract personnel involved in the project. Key changes include: 1. General security guidance requires compliance from all personnel supporting the contract, with specific training mandated within 30 days of contract award. 2. Personnel without proper clearance must be escorted in sensitive areas involving classified materials. 3. Contractors must use the E-Verify Program to verify employment eligibility and provide documentation of eligible candidates shortly after contract award. 4. Physical security and access control measures are emphasized, mandating vetting for personnel requiring unescorted access to federal facilities. These amendments reflect a strong emphasis on national security and the responsibilities of contractors in maintaining safety within DoD installations. Compliance with these procedures is critical for contract performance and overall security operations. The amendment serves to clarify expectations and ensure that all contractors adhere to stringent security standards during the execution of their duties.
    The document outlines a Request for Quotations (RFQ) for mowing and trimming services at Sandy Lake, issued by the U.S. Army Corps of Engineers (USACE), St. Paul District. The solicitation number is W912ES25Q0048, and bids are due by 3:00 PM on May 19, 2025. The project requires contractors to provide all necessary labor, equipment, and materials to execute the mowing services as detailed in the scope of work. The RFQ includes specific instructions for quote submission, including the requirement to complete the Standard Form 1449 and provide pricing in whole penny amounts. The document also mandates that bidders register in the System for Award Management (SAM) and comply with various federal clauses surrounding procurement, including representations regarding business status, payment certifications, and compliance with labor standards. Furthermore, the RFQ emphasizes adherence to federal guidelines regarding small businesses, particularly those eligible for designated programs such as those owned by veterans, women, and other disadvantaged groups. This solicitation exemplifies a standard federal procurement process aimed at promoting fair competition and regulatory compliance in public contracting.
    Lifecycle
    Title
    Type
    Sandy Lake Mowing
    Currently viewing
    Solicitation
    Similar Opportunities
    Mowing Services for Fort Supply Lake, 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 services for Fort Supply Lake in Oklahoma. The procurement aims to maintain the landscaping and groundskeeping of the area, ensuring a well-kept environment for recreational and operational purposes. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073 for further details regarding the solicitation process.
    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.
    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.
    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.
    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.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    FY26 Duluth-Superior Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance dredging services at the Duluth-Superior Harbor in Minnesota and Wisconsin. The project requires contractors to mobilize dredging equipment to perform mechanical dredging within designated areas of the harbor, with an estimated volume of dredged material ranging from 75,000 to 140,000 cubic yards, and depths of approximately 28 to 31 feet below Low Water Datum. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with the anticipated performance period set from June 15, 2026, to October 30, 2026. Interested parties must submit their responses, including a completed questionnaire detailing their capabilities and past project experience, to Contract Specialist Joseph Orlando and Contracting Officer Michelle Barr by 2:00 PM Eastern Time on January 5, 2026.
    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.
    Little Rock District FY26 Park Attendant Program
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking proposals for the FY26 Park Attendant Program, a 100% Small Business Set-Aside opportunity. This procurement aims to provide park attendant services across various recreation areas in Little Rock, with contractors allowed to bid on one or multiple Specific Park Sheets (SPSs) based on performance requirements that include visitor assistance, fee collection, and facility maintenance. The selected contractors will be required to adhere to strict safety regulations and provide their own self-contained recreational vehicles for living quarters, while the government will supply necessary equipment. Quotes are due by January 9, 2026, at 12:00 PM CST, and must be submitted via email to Brandee M. Wright at brandee.m.wright@usace.army.mil, with the solicitation number included in the subject line.
    36C78626Q50027 001 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year and four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The services are critical for maintaining the cemetery's dignity and respect, covering an extensive irrigation system that includes 180 acres, 15 satellites, and approximately 4,250 sprinkler heads. Proposals are due by December 19, 2025, at 12:00 PM CST, and interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further information.