Pomona Lake Project Vegetative Management Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting quotes for Vegetative Management Services at the Pomona Lake Project near Vassar, Kansas. This is a 100% Small Business Set-Aside combined synopsis/solicitation (RFQ) for a Firm Fixed Price contract. The contractor will provide all necessary resources for vegetation management in public use and administration areas. Offers are due by February 20, 2026, at 2:00 PM local time.
Scope of Work
The contractor will provide comprehensive vegetation management services, including manpower, equipment, fuel, tools, and supervision. Services encompass chemical application (total vegetation control, pre-emergent, spot spraying) and manual removal of weeds in various areas such as camp pads, parking lots, guardrails, signposts, roadways, buildings (showers, restrooms, water fountains), administration areas, swimming beach, rip-rap, rock areas, and around trees and shrubs. The objective is to maintain a weed-free environment in treated areas during the growing season, specifically from March 1 through September 30 annually.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Request for Quote (RFQ).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 561730 (Landscaping Services), with a $9.5 Million size standard.
- Product/Service Code: S208 (Landscaping/Groundskeeping Services).
- Period of Performance: Includes a Base Year (March 1, 2026 - February 28, 2027) and Option Year 1 (March 1, 2027 - February 28, 2028). Services are performed annually from March 1 to September 30.
- Offer Due Date: February 20, 2026, at 2:00 PM local time.
- Questions Due: Five (5) days prior to the offer due date.
- Offer Validity: Offers must be good for at least 90 days.
Submission Requirements
Proposals must be submitted in PDF format via email to jane.e.bramel@usace.army.mil and include:
- A completed SF 1449 (Blocks 17a, 17b, 30a, 30b, 30c).
- Contract Line Item Numbers (CLINs) with pricing for all items (Base Year and Option Year).
- Section J - Vendor Information Sheet.
- Section J - Related Experience Form (detailing 1-3 relevant projects).
- Section J - Past Performance Form (PPQ-0, completed by a client).
Evaluation Factors
Award will be based on an evaluation of Price, Relative Experience, and Past Performance. Non-price factors (Relative Experience and Past Performance) are considered more important than price.
Additional Notes
- A site visit is highly encouraged but not required. To schedule, contact Erik Patterson at 816-389-3898.
- Offerors must be registered in SAM.gov.
- Compliance with OSHA Hazard Communication Standard and an approved Accident Prevention Plan (EM 385-1-1) is mandatory.
- Proof of insurance and licensing is required.
- The successful bidder must be registered for Electronic Funds Transfer (EFT).
- Applicable U.S. Department of Labor wage rates apply.
- For questions, contact MAJ Jane Bramel at jane.e.bramel@usace.army.mil or 816-389-3051.