W912HN26RA003 - Hartwell O&M Project
ID: W912HN26RA003Type: Special Notice
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 encompasses various facilities and resources across six counties in Georgia and South Carolina, including campgrounds, boating access areas, and power plants. The selected contractor will be responsible for a range of activities, including cleaning services, maintenance of structures and equipment, natural resource management, and emergency spill response support. Interested small businesses must submit their proposals by January 5, 2026, and are required to maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, potential bidders can contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 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 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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    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 Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Center Hill Lake OandM Requirement Contract 2026 through 2031
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a firm-fixed-price requirements contract for operations and maintenance services at Center Hill Lake in Tennessee, covering the period from February 1, 2026, to January 31, 2031. The contract, which is set aside for small businesses, requires the contractor to provide comprehensive services including mowing, cleaning, janitorial work, facility repairs, and maintenance of recreational areas, with work to be ordered through individual task orders. This procurement emphasizes sustainability and adherence to strict safety and security standards, with proposals evaluated based on performance confidence, technical approach, and price. Interested parties must submit their proposals electronically by November 14, 2025, and can contact Jamie Barnes at jamie.l.barnes@usace.army.mil or call 615-736-5892 for further information.
    Cornucopia Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the maintenance dredging of the Cornucopia Harbor Federal navigation channel located near Bell, Wisconsin. The project requires the contractor to mobilize to the harbor and perform mechanical dredging within the Inner Harbor South Arm, North Arm, and optional work in the Outer Harbor, with dredged material to be placed in three designated upland sites before demobilization. This maintenance work is crucial for ensuring navigability and safety in the harbor, which supports local maritime activities. Interested contractors, particularly small businesses, should contact Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil for further details regarding the solicitation.
    JHK Erosion Control
    Buyer not available
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is issuing a presolicitation notice for Grounds Maintenance Services at Colebrook River Lake in Colebrook, CT. The procurement requires the contractor to provide all necessary labor, equipment, materials, and transportation to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct spring and fall clean-up on 2.5 acres, including clearing drainage swales and catch basins. This service is crucial for maintaining the aesthetic and functional quality of the recreational area, ensuring it remains safe and accessible for public use. Interested small business vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 4, 2025; inquiries should be directed to Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is planning to issue a Request for Proposals (RFP) for operations and maintenance support services at the W. Kerr Scott Project in Wilkesboro, North Carolina. The procurement will encompass comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including recreation areas, trails, visitor centers, and government-owned equipment, ensuring the effective management of approximately 1,475 surface acres of reservoir and associated amenities. This opportunity is set aside for 8(a) participants in either the developmental or transitional stages, with the anticipated solicitation number W912PM26RA009 expected to be released around November 5, 2025. Interested contractors should contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or by phone at 910-251-4785 for further details.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Buyer not available
    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.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.