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.