Opportunity
SAM #W912BV26QACR3
Performance-Based Mowing Services at Fort Gibson Lake, Chouteau, and Newt Graham Projects, Oklahoma
Buyer
USACE Tulsa District
Posted
March 27, 2026
Respond By
April 13, 2026
Identifier
W912BV26QACR3
NAICS
561730
This opportunity seeks qualified contractors for performance-based mowing services at Fort Gibson Lake, Chouteau, and Newt Graham projects in Oklahoma, managed by the U.S. Army Corps of Engineers, Tulsa District. - Government Buyer: - U.S. Army Corps of Engineers, Tulsa District - Fort Gibson Lake Office (contracting office for SOWs) - OEMs and Vendors: - No specific OEMs or equipment manufacturers are named; contractors must provide their own qualified personnel and equipment. - Products/Services Requested: - Mowing services for public use areas, project office complexes, dikes, levees, ponds, lawns, and semi-improved areas - Fort Gibson: 322 acres (detailed breakdown: 214 acres improved, 14 acres semi-improved, 68 acres ponding, 3 acres lawn) - Chouteau and Newt Graham: 115–171 acres (varies by SOW) - Services include trimming, cleanup, quality control, safety compliance, and reporting - Contractors must determine mowing frequency to meet specified height and quality standards (e.g., 2–6 inches for improved areas) - Unique or Notable Requirements: - Performance-based contract: mowing frequency and quality are contractor-determined to meet government standards - Work must be performed seasonally (April 15–October 15), with restrictions on weekends and federal holidays in public use areas - Contractors must provide safety plans, qualified personnel, and equipment meeting safety standards - Small business participation is encouraged, including 8(a), HUBZone, SDVOSB, and WOSB - No prior government contract experience required - Locations: - Fort Gibson Lake, Chouteau, and Newt Graham projects (Oklahoma) - Contracting offices at Fort Gibson Lake Office and KO Contracting Division, Tulsa, OK
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR QUOTE AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request.
The U.S. Army Corps of Engineers – Tulsa District has been tasked to solicit for and award Mowing Services at Fort Gibson, Chouteau, & Newt Graham. Proposed project will be a competitive, firm-fixed price, contract procured in accordance with Revolutionary FAR Overhaul (RFO) 12, Acquisition of Commercial Products and Commercial Services. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.
The work to be performed under the terms of this contract consists of mowing public use areas, project office complex, dikes, and other areas at Fort Gibson Lake, Chouteau and Newt Graham projects. Mowing at Fort Gibson would cover 322 acres, while mowing at Chouteau and Newt Graham would cover 115 acres.
The North American Industry Classification System code for this procurement is 561730, Landscaping Services, which has a small business size standard of $9.5M.
Small Businesses are reminded under RFO 52.219-14 (Deviation 2026-O0037), Limitations on Subcontracting, firms will not pay more than 50% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded.
Prior Government contract work is not required for submitting a response to this sources sought synopsis.
The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued.
Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information:
1. Firm’s name, address, point of contact, phone number, and e-mail address.
2. Firm’s interest in quoting on the solicitation when it is issued.
3. Firm’s capability to perform the magnitude and complexity outlined in the draft Scope of Work above (including firm’s capability to execute comparable work performed within the past 5 years):
- Brief description of the project, customer name, timeliness of performance, and dollar value of the project) – provide at least 3 examples.
4. Firm’s Business Size – 8(a), HUBZone, SDVOSB, or WOSB.
Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CT, 13 April 2026. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Cheyenne.A.Redemann@usace.army.mil.