- 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
Tenkiller - Webbers Falls Refuse Collection Service
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Apr 21, 2026. Industry: NAICS 562111 • PSC S205.
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 562111 (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 562111
Description
Solicitation for Mowing services at Tenkiller and Webbers Falls Lakes in Gore, Oklahoma. U.S. Army Corps of Engineers, Southwestern Division (SWD), Tulsa District (SWT) intends to issue a commercial contract from solicitation W912BV26QA055 for Refuse Collection Services at Tenkiller and Webbers Falls Lakes. The North American Industrial Classification System (NAICS) Code is 562111. The resulting contract will be issued on a Firm-Fixed Price basis, to the responsible offeror whose quote is conforming to the requirements of the solicitation and will be most advantageous to the Government considering price, past performance, and conformance with sub-contracting regulations. The anticipated award date is on or about 30 April 2026. The solicitation will be issued via Internet on the PIEE website at https://piee.eb.mil/. It is the responsibility of the contractor to monitor the above-listed internet address for any posted changes. All amendments posted shall be signed and submitted with the quote. Quotes are anticipated to be due on or before 21 April 2026 by 2:00 PM Central Time (CST). Contractors must have an active registration in the System for Award Management (SAM) at time of quote in order to receive a government contract award. SAM registration must also be active at time of award in order to receive a government contract award. SAM registrations shall remain active throughout contract performance to comply with the annual representations and certifications requirements. To register, the SAM.gov Internet address is: https://sam.gov/. Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is a responsibility item. Those without a NIST score will be deemed NON-RESPONSIBLE and will not be eligible for award. PREVIOUS CONTRACT INFORMATION The Previous Contract Number was: W912BV21P0056 - The total value of the previous contract (base and all options) was: $278,180.00. The Incumbent Contractor was Sue?s Recycling.QUESTIONS AND INQUIRIES BIDDERS INQUIRY Any questions and inquiries related to this solicitation shall be submitted through Bidder?s Inquiry. Please visit www.projnet.org to submit your inquiries. The Solicitation Number is: W912BV26QA055. The Bidder Inquiry Key is: JH85XZ-XVI22B. The Bidder Inquiry System is anticipated to be unavailable for new inquiries after 2:00 p.m. on 20 April 2026 to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Clauses and provisions for Sustainability may be included in this solicitation: FAR 52.223-1 Biobased Product Certification FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts FAR 52.223-4 Recovered Material Certification FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts
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.