W912HN26RA003 - Hartwell O/M Project
ID: W912HN26RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.

    Point(s) of Contact
    Files
    Title
    Posted
    A formal site visit and pre-bid meeting were held on November 25, 2025, for Solicitation W912HN26RA003, concerning Maintenance, Repair, Minor Construction, and Operations of the Hartwell Project. The meeting, led by Hartwell Program Manager Kenneth Bedenbaugh, included representatives from Anderson Construction, R&D Maintenance, and Re-engineered Business Services. Savannah District Contracting representatives were absent. Discussions covered proposal submittal procedures, the importance of timely bids by January 5, 2026, and the use of ProjNet for questions, with an amendment forthcoming. The
    This government file, an amendment to RFP W912HN26RA0003, outlines the Performance Work Statement (PWS) for the Hartwell Project's operations and maintenance contract. It details firm fixed-price services, categorized into routine Level I and non-routine Level II tasks, covering maintenance, repair, and minor construction for various facilities including the Project Manager’s Office, campgrounds, dams, and the Power Plant. The contract specifies services from cleaning and mowing to HVAC and shower house replacements, along with provisions for staffing, safety, quality control, and environmental compliance. It also outlines emergency response procedures, contractor responsibilities for equipment and inventory, and security training requirements, emphasizing adherence to federal and Army regulations.
    This government contract outlines the comprehensive Operations and Maintenance (O&M) services required for the Hartwell Project, encompassing routine (Level I) and non-routine (Level II) tasks. The Performance of Work Statement details various Contract Line Items (CLINs) for services like facility maintenance, HVAC replacements, and minor construction, paid either monthly or per occurrence. The contractor is responsible for providing all necessary resources, ensuring compliance with safety standards (OSHA, EM385-1-1), and implementing robust quality control and inventory management plans. The scope includes cleaning, mowing, and structural repairs across diverse sites within the Hartwell Project area, with potential support for other critical elements during emergencies. Specific technical provisions cover detailed requirements for each service area, emphasizing contractor accountability for planning, execution, and adherence to government regulations.
    This memorandum details upcoming amendments to solicitation W912HN26RA0003, addressing system issues with the new Army Contract Writing System. Key changes include marking specific CLINs as "DO NOT BID, FUNDING CLINS ONLY," updating pricing information instructions, and changing all references from "SF33" to "SF1449." Sections K and J will be deleted, along with specific verbiage related to performance risk and evaluation criteria. Attachment 12 (Proposal Data Sheet), updated Appendix V-2, V-3, V-1, C, D, P, PWS, Continuation of Deliveries or Performance, and Continuation of Supplies or Services and Price-Cost documents will be provided. The Performance Work Statement outlines firm-fixed-price services for the Hartwell Project, categorizing them into routine Level I and non-routine Level II tasks, including maintenance, repairs, and minor construction. It also details contractor responsibilities, available government facilities and equipment, inventory control, safety requirements, and security training for personnel.
    This government memorandum updates Amendment 0001 for solicitation W912HN26RA0003, addressing system issues and incorporating all future document updates under this amendment. It outlines a Firm Fixed Price Contract for Operations and Maintenance (O&M) services at the Hartwell Project, encompassing routine (Level I) and non-routine (Level II) tasks. The contract includes various CLINs for services such as Level I and II Firm Fixed Price Services and multiple options for HVAC replacements, shower/restroom replacements, appliance replacements, industrial cleaning, and elevator repairs. The Performance of Work Statement details technical provisions for general information, staffing, cleaning, mowing, maintenance, repairs, and safety requirements. The contractor is responsible for providing all necessary resources, managing work, and ensuring compliance with applicable codes and standards for the Hartwell Project, located across six counties in Georgia and South Carolina.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2026-2027 Park Attendant Hartwell Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting quotes for park attendant services at Hartwell Lake for the 2026-2027 period. The contract, which is a Total Small Business Set-Aside under NAICS Code 721211, requires contractors to provide 24-hour attendant services on a four-days-on/four-days-off schedule, with duties including gatehouse operations, fee collection, and campground surveillance. The total contract value is estimated to be up to $10 million, and interested parties must submit their quotes by January 12, 2026, at 11:00 a.m. Eastern Time, to the designated contacts, Amy L. Collins and Glenda A. Canty, via email. All offerors must be registered in the System for Award Management (SAM) and meet specific requirements outlined in the solicitation documents.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Support Services at the W. Kerr Scott Reservoir in North Carolina. The contract aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, trails, and government-owned equipment, ensuring they remain safe, functional, and aesthetically pleasing for public access. With an estimated contract value of $47 million, proposals are due by January 9, 2026, following a site visit scheduled for December 17, 2025. Interested parties should direct inquiries to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    JST Asphalt Mill and Replace Services Pre-Solicitation Site Visit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to solicit contractors for Asphalt Mill and Replace Services at the Strom Thurmond Dam and Lake in Clarks Hill, South Carolina. The upcoming contract will involve significant work elements such as mobilization, milling and replacement of asphalt pavement, and ensuring traffic control and safety compliance, with an estimated total area of approximately 36,410 square yards across four sites. This project is crucial for maintaining the integrity and safety of the facilities, and a pre-solicitation site visit is scheduled for January 5, 2026, to allow interested contractors to assess the project scope; attendance is encouraged but not mandatory. Interested firms must submit their capability statements by January 9, 2026, to the primary contact, Amy L. Collins, at amy.l.collins@usace.army.mil, with a copy to Paul R. Gaeth at paul.r.gaeth@usace.army.mil.
    JST Asphalt Mill and Replace Services, USACE-SAV
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Savannah District, is seeking qualified contractors for asphalt milling and replacement services at the J. Strom Thurmond Dam and Lake Project, covering approximately 36,410 square yards across four recreational areas in Georgia and South Carolina. The project requires mobilization, demobilization, milling and replacement of asphalt pavement according to state DOT specifications, as well as traffic control, safety compliance, environmental protection, and hauling away milled material. This opportunity is crucial for maintaining the infrastructure of recreational facilities and ensuring compliance with federal, state, and local regulations. Interested firms must submit capability statements by January 9, 2026, to Stephanie Brasier at Stephanie.brasier@usace.army.mil, with a copy to Paul R. Gaeth at paul.r.gaeth@usace.army.mil, as this notice is for market research purposes only and does not constitute a solicitation.
    Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Park Attendant Services at Philpott Lake and Dam in Bassett, VA, and John H. Kerr Dam and Reservoir in Boydton, VA. The procurement aims to secure qualified small businesses to provide essential services, including gate operations, fee collection, visitor assistance, and emergency response, during the 2026 and 2027 recreation seasons. These services are vital for maintaining the recreational facilities and ensuring a positive experience for visitors. Interested parties must submit their quotes by January 15, 2026, and direct any questions to the Contract Specialist, Sonny Smith, at sonny.z.smith@usace.army.mil or the Contracting Officer, Troy D. Small, at troy.d.small@usace.army.mil, with a requirement for Cybersecurity Maturity Model Certification (CMMC) Level 1 compliance prior to contract award.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    W91237-26-R-A006 Service Gate Well Recess Repair at Beach City Dam in Beach City, Ohio
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the repair of the Service Gate Well Recess at Beach City Dam in Beach City, Ohio, under Solicitation Number W91237-26-R-A006. The project involves specialized repair services, emphasizing the importance of maintaining the structural integrity and functionality of the dam, which is critical for local water management and safety. Interested contractors should note that a site visit is scheduled for December 19, 2025, at 9:00 AM, and must adhere to safety requirements, including wearing safety shoes, protective eyewear, and hard hats. For further inquiries, potential bidders can contact Brittani Stowers at brittani.l.stowers@usace.army.mil or Kristen Smith at kristen.n.smith@usace.army.mil.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Operation and Maintenance of Government-Owned Facilities and Equipment, Woodruff/Seminole, Bainbridge, GA
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking sources for the operation and maintenance of government-owned facilities and equipment located at Woodruff/Seminole in Bainbridge, GA. This procurement aims to ensure the effective management and upkeep of essential facilities and equipment, which are critical for supporting military operations and infrastructure. Interested parties are encouraged to reach out to the primary contact, Chandler Hyatt, at chandler.j.hyatt@usace.army.mil or by phone at 251-690-3145, or to the secondary contact, Benjamin Neely, at benjamin.m.neely@usace.army.mil, for further details regarding this opportunity.