FY24 AGRICULTURAL AND NATURAL RESOURCES BRUSH CONTROL AND MOWING PROJECT AT IAAAP
ID: W519TC24RA007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

PSC

OPERATION OF AMMUNITION FACILITIES (M1EA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the FY24 Agricultural and Natural Resources Brush Control and Mowing Project at the Iowa Army Ammunition Plant (IAAAP). This project involves mowing access lanes, clearing zones, and roadsides that border or lead to agricultural outlease and natural resources areas. Some areas within this scope of work have not been mowed for several years and may require small tree, brush, down tree, and limb removal prior to being mowed. The procurement will be competed in accordance with the terms and conditions of Basic Ordering Agreement (BOA) Number W52P1J-09-G-0001. The anticipated awardee is American Ordnance LLC, the Operating Contractor at IAAAP. This notice is for subcontracting purposes only and does not constitute a Request for Proposal (RFP).

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mowing & Trimming Services at Coralville Lake
    Buyer not available
    The U.S. Army Corps of Engineers - Rock Island District is seeking a contractor to provide mowing and trimming services at Coralville Lake Dam and Recreational Areas located in Iowa City, Iowa. The contractor will be responsible for maintaining the grounds across various campgrounds and recreation areas, ensuring healthy grass, effective trimming, debris removal, and a clean, professional appearance. This service is crucial for the upkeep of recreational spaces that support public enjoyment and environmental stewardship. Interested small businesses should contact Samantha Johanson at samantha.k.johanson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Construct Tool and Die Facility, Iowa Army Ammunition Plant
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers-Omaha District, is seeking qualified contractors for the construction of a Tool and Die Facility at the Iowa Army Ammunition Plant in Middletown, Iowa. This project involves renovating an existing facility and constructing an additional 56,000 square feet of industrial space, with a focus on enhancing worker safety, operational efficiency, and compliance with Department of Defense standards, including sustainability measures targeting LEED Silver certification. The estimated cost for this initiative ranges between $25 million and $100 million, with a performance period of 630 days following the Notice to Proceed. Interested parties must submit their responses by March 28, 2025, and can direct inquiries to Jessica Beckman at Jessica.L.Beckman@usace.army.mil or Phillip Wickham at Phillip.L.Wickham@usace.army.mil.
    Sources Sought for 155mm and 105mm Artillery Load, Asemble, and Pack (LAP) Capability at Iowa Army Ammunition Plant (IAAAP)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is seeking information from potential sources for the design, construction, and commissioning of a Load, Assemble, and Pack (LAP) facility for 155mm and 105mm artillery projectiles at the Iowa Army Ammunition Plant (IAAAP) in Middletown, Iowa. The objective is to establish a modern facility capable of producing 36,000 rounds per month, ensuring compliance with U.S. standards and optimizing production efficiency. This initiative is critical for enhancing the U.S. military's munitions capabilities and involves a non-competitive contract based on the responses received. Interested contractors must submit their proposals by April 10, 2025, and can contact Mr. Corey Schaefer at corey.m.schaefer.civ@army.mil or Ryan Oliver at ryan.m.oliver9.civ@army.mil for further information.
    Mowing and Herbicide Services for RS Kerr Lake, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing and herbicide services for RS Kerr Lake in Oklahoma. The procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 561730, which pertains to Landscaping Services. These services are crucial for maintaining the grounds and ensuring the aesthetic and ecological health of the area surrounding the lake. Interested contractors can reach out to Lee Maddox at lee.h.maddox@usace.army.mil or by phone at 918-669-4393 for further details regarding the solicitation process.
    A Bat-Wing Brush Hog Mower Attachment
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking proposals for a bat-wing brush hog mower attachment designed for use with a John Deere model 5200 tractor, which requires 40 to 100 PTO horsepower. The procurement includes a cutting width of 12 feet, a maximum weight of 3,500 lbs, and necessitates the inclusion of a hydraulic kit for raising and lowering the attachment. This equipment is vital for maintaining land and vegetation management on military properties, ensuring operational efficiency and safety. Interested vendors should note that delivery is required at Woodcock Creek Lake in Saegertown, Pennsylvania, within 60 days of contract award, and must provide operational manuals along with a standard one-year warranty. For further inquiries, potential bidders can contact Lisa Bisnette at 412-395-7556 or via email at lisa.d.bisnette@usace.army.mil, or Leanna Lesefka at 412-395-7549 or leanna.c.lesefka@usace.army.mil.
    Embankment Mowing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting proposals for embankment mowing services. The procurement aims to maintain and enhance the landscaping and groundskeeping of designated areas, ensuring compliance with environmental and aesthetic standards. These services are crucial for the upkeep of military installations, contributing to operational readiness and overall site management. Interested contractors can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or call 918-669-7078 for further details, while Melissa Hyslop is also available at melissa.d.hyslop@usace.army.mil or 918-669-7670 for additional inquiries.
    ODV Vegetative Management IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on vegetation management services in the Willamette Valley and Rogue River Basin Projects. The contractor will be responsible for maintaining Vegetation-Free Zones around 15 interconnected dams, which includes services such as tree and shrub clearing, debris removal, herbicide application, and biological control using goats, all while adhering to strict environmental regulations. This initiative is crucial for ensuring accessibility for surveillance and maintenance of federal infrastructure while promoting environmental stewardship in Oregon. Interested parties should contact Joshua Mahon at joshua.d.mahon@usace.army.mil or Darrell Hutchens at darrell.d.hutchens@usace.army.mil for further details, as the contract is set to span five years from the award date.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island, which are critical for maintaining ecological conditions and operational effectiveness in the Savannah and Brunswick Harbors. This procurement is specifically set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million, and aims to ensure effective land management while adhering to environmental stewardship guidelines. Contractors will be required to submit their proposals by April 3, 2025, at 11:00 AM ET, demonstrating relevant past performance and proof of herbicide licensing in Georgia and South Carolina. For further inquiries, interested parties may contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.
    RSO Mowing and Grounds Work (Toad Suck)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking quotes for an indefinite delivery/indefinite quantity (IDIQ) contract for mowing and grounds maintenance services in the Toad Suck area of Arkansas. This procurement is specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses landscaping services at various locations, including Maumelle Park and Toad Suck Lock and Dam, with a performance period commencing in April 2025 and extending through 2028, including optional periods. Interested contractors must submit their quotes electronically by March 25, 2025, following a site visit scheduled for March 12, 2025, and should direct inquiries to Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.