ContractCombined Synopsis/Solicitation

Pomona Lake Mowing Services

DEPT OF DEFENSE W912DQ26QA033
Response Deadline
Feb 27, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors to provide mowing services at the Pomona Project Office located in Vassar, Kansas. The procurement involves comprehensive landscaping services, including management, labor, materials, and equipment, as outlined in the Performance Work Statement (PWS). These services are crucial for maintaining public use areas and ensuring compliance with specific mowing and trimming standards, as well as safety protocols. Interested contractors should note that the offer due date has been extended to February 27, 2026, and must submit their proposals, including required documentation such as the Past Performance Questionnaire and Related Experience Form, to the primary contact, Myleesa France, at myleesa.s.france@usace.army.mil or by phone at 816-389-3805.

Classification Codes

NAICS Code
561730
Landscaping Services
PSC Code
S208
HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING

Solicitation Documents

6 Files
B.08.02. Combined Synopsis and Solicitation - W912DQ26QA033.pdf
PDF7607 KBFeb 19, 2026
AI Summary
This government file, Standard Form 1449 (REV. 11/2021), is a solicitation/contract/order for commercial products and services, specifically tailored for Women-Owned Small Businesses (WOSB). The document details a Request for Quote (RFQ) with solicitation number W912DQ26QA033, issued by W912DQ, ENDIST Kansas City Contracting Div, Corps of Engineers. The offer due date is February 23, 2026, at 11:00 AM. The acquisition is set aside for WOSB, with a NAICS code of 561730 and a size standard of $9,500,000.00 USD. The file outlines sections for itemized schedules of supplies/services, quantities, unit prices, and amounts, as well as accounting and appropriation data. It also includes provisions for contract award, requiring signatures from both the offeror/contractor and the contracting officer. The document incorporates by reference Federal Acquisition Regulation (FAR) clauses 52.212-1 and 52.212-4, with 52.212-3 and 52.212-5 attached, indicating a comprehensive framework for federal procurement.
B.08.03 Solicitation Amendment - W912DQ26QA0330001 - SF 30.pdf
PDF3843 KBFeb 19, 2026
AI Summary
This document is Amendment 0001 to Solicitation W912DQ26QA033, issued by the US Army Corps of Engineers, Kansas City District. The amendment extends the offer due date from February 20, 2026, to February 27, 2026. It also adds new Contract Line Items (CLINs) 0007 and 0008, along with option line items 1007, 1008, 2007, and 2008 for services at Carolyn Park and Cedar Park. These services include management, labor, materials, and equipment as defined in the Performance Work Specifications (PWS) dated January 22, 2026. The amendment specifies inspection and acceptance at the Pomona Project Office in Vassar, KS, and outlines periods of performance for the base year (April 1, 2026, to March 31, 2027) and two option years (April 1, 2027, to March 31, 2028, and April 1, 2028, to March 31, 2029) at the same location.
B.08.02.03 Attachment 3 PPQ New Filliable.pdf
PDF491 KBFeb 19, 2026
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 is a crucial document used in federal government contracting to evaluate a contractor's past performance. This form requires detailed information from the contractor regarding their company, the contract (including type, price, and dates), and a description of the project's relevance and complexity. The client then provides an extensive evaluation of the contractor's performance across key areas: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Performance is rated using an adjective system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions. The questionnaire also asks if the client would rehire the firm and provides space for a narrative addressing strengths, weaknesses, and other comments. This document is essential for assessing risk and informing future contract awards.
B.08.02.02 Attachment 2 - Related Experience Form.pdf
PDF90 KBFeb 19, 2026
AI Summary
The “RELATED EXPERIENCE FORM” is a mandatory document for all offerors responding to a government solicitation. Its purpose is to gather detailed information about an offeror's relevant contracting background and experience. Offerors must complete the form, providing up to three submissions if additional space is needed, focusing exclusively on experience directly pertinent to the Performance Work Statement. The form requires details such as contract type, the agency/firm for whom the work was performed, contact person and telephone number, work start and end dates, and a detailed description of duties. Additionally, offerors should include information about any training that would enhance their ability to perform the outlined work. This form is critical for evaluating an offeror's qualifications and ensuring they meet the experience requirements for consideration.
B.08.02.01 Attachment 1 Contractor Cover Sheet.pdf
PDF84 KBFeb 19, 2026
AI Summary
The Vendor Information Form is a critical document for government procurement, grants, and RFPs, designed to collect essential identifying information from offerors. It serves as a standardized template for vendors to provide their legal name, address, contact details (phone and email), and unique government identifiers. Key fields include the Unique Entity ID #, CAGE #, and TIN #, which are crucial for verifying vendor legitimacy, processing payments, and ensuring compliance with federal contracting regulations. The form also requires a signature and date, signifying the offeror's affirmation of the provided information. This document streamlines the administrative process for government agencies, enabling efficient record-keeping and facilitating transparent and accountable interactions with potential contractors and grant recipients.
B.08.02.04 Attachment 4 PWS FY26 Pomona Lake Mowing.docx
Word58 KBFeb 19, 2026
AI Summary
The Kansas City District Corps of Engineers is soliciting bids for mowing and trimming services at Pomona Lake, Kansas. This contract requires the contractor to provide all necessary resources, including manpower, equipment, and supervision, to maintain public use areas. Key requirements include adherence to specific mowing heights and trimming standards, a robust Quality Control Plan, and compliance with government Quality Assurance Surveillance. Contractors must hold comprehensive insurance, including worker's compensation, employer's liability, general liability, and automobile liability. Services will be ordered as needed, with specific performance periods from April 1 to September 30, and the possibility of renewal options. Strict safety protocols, including an Accident Prevention Plan and specialized equipment, are mandatory. The contract also outlines conditions for non-performance, government inspection rights, and coordination with project personnel, ensuring high-quality, safe, and timely service delivery.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 12, 2026
amendedLatest Amendment· Description UpdatedFeb 19, 2026
deadlineResponse DeadlineFeb 27, 2026
expiryArchive DateFeb 12, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W071 ENDIST KANSAS CITY

Point of Contact

Name
Myleesa France

Place of Performance

Vassar, Kansas, UNITED STATES
5260 Pomona Dam Road, Vassar, KS 66543

Official Sources