- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Mowing Services at Fort Gibson Lake, Chouteau, & Newt Graham
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Apr 13, 2026. Industry: NAICS 561730 • PSC S208.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 561730
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.