Mowing and Planting Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
ID: W911KB25QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, 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 Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 10:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide mowing and planting services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement includes a base year of service with two additional option years, focusing on maintaining the landscaping and grounds of the flood control project. These services are crucial for ensuring the functionality and aesthetic appeal of the flood control infrastructure. Interested contractors should note that the proposal due date has been extended to 2:00 PM AKDST on April 16, 2025, and must acknowledge all amendments to the solicitation. For further inquiries, potential bidders can contact Ernest Woods at ernest.l.woods@usace.army.mil or Tom Green at tom.green@usace.army.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
PORT OF NOME MODIFICATION PHASE 1A, NOME, ALASKA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Port of Nome Modification Phase 1A project in Nome, Alaska. This construction project involves a 1,200-foot extension of the existing Nome causeway, which will include a layered aggregate and rock embankment, a 30-foot wide road surface, and a 600-foot long open-cell sheet pile dock, while also requiring the removal of existing structures. This initiative aims to enhance navigation and docking capacities for various vessel types, benefiting approximately 60 communities in Alaska, and is estimated to cost between $250 million and $500 million. Interested contractors should note that the proposal due date has been extended to April 28, 2025, and can contact Tammy Davis at tammy.davis@usace.army.mil or call 907-753-5592 for further information.
Ft. Greely, AK - Base Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army's 413th Contracting Support Brigade, is planning to award a firm fixed price contract for Base Support Services at Fort Greely, Alaska. The contract will cover a range of services including custodial support, airfield operations, waste removal, facility services, environmental support, and GIS operations, with an initial term of six months and two optional three-month extensions. These services are crucial for maintaining operational readiness and supporting the U.S. Army Alaska's mission. Interested parties should direct inquiries to Contract Specialist Stephanie Spight or Contracting Officer Noah Branscom via email by April 26, 2025, at 4:00 PM HST, as this opportunity is set aside for small businesses under the NAICS code 561210, which has a size standard of $47 million.
Santa Rosa Vegetation Removal
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a firm, fixed-price contract for vegetation removal services at the Santa Rosa Dam in New Mexico. The contract involves a combination of herbicide application and mechanical removal of invasive plant species across approximately 25 acres, aimed at maintaining the dam's stability and safety while adhering to strict environmental standards. This initiative is crucial for preserving the ecological health of the dam area and ensuring compliance with federal regulations regarding pesticide use. Proposals are due by 5:00 PM on May 7, 2025, and interested contractors should contact MAJ Matthew Nulk at matthew.nulk@usace.army.mil or 505-342-3449 for further information.
FLOATING BREAKWATER REPLACEMENT, BAR POINT HARBOR, KETCHIKAN, ALASKA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of two floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. The project aims to demolish the existing breakwaters, which have exceeded their operational lifespan, and replace them with new reinforced concrete structures that meet federal, state, and local regulations. This initiative is crucial for enhancing the resilience and safety of coastal infrastructure in Alaska, ensuring compliance with environmental standards and operational efficiency. Interested contractors should note that the estimated project cost ranges between $25 million and $100 million, with proposals due by April 22, 2025. For further inquiries, contact Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil.
EIE439 Fuels Management and Laboratory Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new Fuels Management and Laboratory Facility at Eielson Air Force Base in Alaska. The project involves demolishing the existing 1,615 square-foot facility and constructing a new 4,014 square-foot facility that will include laboratories, administrative offices, a fuels control center, and various support areas, all designed to enhance operational capabilities while ensuring compliance with safety and environmental regulations. This initiative is part of the 8(a) Program, set aside for small businesses, with an estimated construction cost between $10 million and $25 million. Interested bidders must submit their proposals electronically by May 22, 2025, and are encouraged to attend a site visit on May 2, 2024. For further inquiries, contact Raven Donelson at raven.s.donelson@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
FY25 PNW FIA Kenai On Grid Plots
Buyer not available
The Department of Agriculture, specifically the Forest Service under the Rocky Mountain Research Station, is seeking proposals for the "FY25 PNW FIA Kenai On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in the Kenai area of Alaska. The contractor will be responsible for providing all necessary labor, equipment, and logistics, while ensuring digital delivery of data in accordance with established protocols. This project is crucial for systematic forest inventory efforts, contributing to environmental monitoring and resource management in Alaska's coastal regions. The total budget ceiling for this contract is $11.5 million, with proposals due by May 5, 2025, and the performance period running from June 1, 2025, to September 30, 2025. Interested parties can contact Anthony O Salas at anthony.salas@usda.gov for further information.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
Grounds Maintenance Services in Fort Drum, NY
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking qualified contractors to provide grounds maintenance services at Fort Drum, NY. The procurement aims to establish a firm fixed price purchase order for comprehensive landscaping services, as detailed in the attached Performance Work Statement (PWS) and Site Map. These services are crucial for maintaining the aesthetic and functional quality of the military installation's outdoor spaces. Interested small businesses must note that this opportunity is a Total Small Business Set-Aside, with a requirement response date specified in the solicitation, and an estimated contract start date of approximately June 25, 2025. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.