Maintenance of Boundary Line - Green River Lake
ID: W912QR25QA032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- SURVEY LINE CLEARING (F012)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Wage Determination No. 2015-4695 related to the Service Contract Act, directing applicable federal contractors to pay their workers specific minimum wage rates based on Executive Orders 14026 and 13658. For contracts starting or renewed after January 30, 2022, the minimum wage is set at $17.75, while those awarded between January 1, 2015, and January 29, 2022, have a minimum rate of $13.30, unless higher rates are specified in the wage determination. It lists various job classifications within Kentucky, presenting wage rates for numerous occupations alongside necessary fringe benefits. Additionally, the document discusses the requirement for paid sick leave under Executive Order 13706, vacation entitlement, and the minimum of twelve paid holidays annually. It details varying rates for occupations from administrative support to health services and outlines the conformance process for unlisted classifications. Key considerations include wage adjustments and health and welfare benefits relevant to workers under federal contracts, reflecting the government's commitment to fair labor standards and worker protections during federal contracting activities. This ensures compliance with local wage laws while promoting equitable pay in federal contracts.
    The document is the "Register of Wage Determinations" from the U.S. Department of Labor under the Service Contract Act (SCA). It sets forth wage determination 2015-4699, revised to address minimum wage rates and fringe benefits for various occupations in designated counties of Kentucky as of 12/23/2024. The SCA mandates contractors to pay a minimum wage that aligns with either Executive Order 14026 ($17.75/hour) for new and renewed contracts after January 30, 2022, or Executive Order 13658 ($13.30/hour) for contracts awarded within the period from January 1, 2015, to January 29, 2022. The document lists detailed wage rates for a variety of occupations, reflecting a range of administrative, healthcare, and technical roles, along with required fringe benefits like health and welfare contributions, paid sick leave, vacation, and holiday pay. Significantly, the document highlights the importance of adherence to wage rates and outlines processes for additional classifications not listed in the determination. This serves to ensure compliance with the SCA, reinforcing labor standards for federal contracts, thus ensuring fair compensation for workers in covered positions.
    The U.S. Army Corps of Engineers has issued a Request for Proposals (RFP) for the maintenance of boundary lines at Green River Lake in Kentucky. The contract involves inspecting and marking government fee boundary lines using approved methods and materials, including boundary paint and placards, by March 30, 2026. Contractors are responsible for providing personnel, tools, and transportation. Key tasks include marking boundaries, recording detailed field notes, and reporting unauthorized uses of government property. The contractor must attend a pre-work conference, adhere to safety regulations, and meet specific work hours. Additionally, contractors must comply with security requirements, including background checks and safety training, as outlined in the supplemental security clauses. The project includes an initial 15-mile contract, with the option to extend up to 75 miles total. Compliance with Department of Labor wage rates is mandatory, and contractors are responsible for damages incurred during operations. This RFP is part of the federal procurement process aimed at managing natural resources effectively while ensuring safety and security compliance throughout the project.
    The document outlines the procedures for electronically submitting proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, restricting submissions to digital formats and prohibiting paper or other methods. Offerors must register in PIEE and the System for Award Management (SAM), following a step-by-step process for user registration, including creating a User ID, completing a profile, and selecting appropriate roles. Proposals must adhere to specific formatting and file naming conventions to facilitate processing, with limitations on file sizes and organized layout requirements emphasized. Submissions must be made by the specified deadline, as late proposals will be rejected. Potentially sensitive information must be appropriately labeled according to government standards. The document includes links for additional training and support for users. This guidance is essential for ensuring compliance and efficiency in the electronic proposal submission process for federal contracts.
    The document outlines the Price Breakout Schedule for a project involving the inspection and marking of a boundary line. It specifies a base mileage of 15 miles for the primary inspection, with an option for an additional 60 miles contingent on budget and time constraints. The schedule includes line bid items detailing the quantity and unit pricing for both the base and optional additional mileage. The total mileage for project consideration amounts to 75 miles. This structured pricing format is essential for procurement in federal and local government RFPs, emphasizing transparent cost breakdowns and potential contingencies. The document serves as a guideline for bidders to clearly understand financial expectations and project scope.
    The document is a set of Representations & Certifications required for contractors participating in federal RFPs and grants. It includes fields for the company’s name, contact information, business size classification (such as large, small, HUBZone, or 8(a)), and various certifications regarding the contractor's registration with the System for Award Management (SAM). Additionally, it requests the tax identification number, Unique Entity Identifier (U.E.I.), and the Commercial and Government Entity (CAGE) number. The form requires contractors to specify their business qualifications and registration status, ensuring alignment with federal contracting requirements. This document acts as a formal declaration of eligibility and compliance for contractors seeking to engage in federal, state, or local government contracting opportunities.
    The Women-Owned Small Business (WOSB) solicitation document outlines requirements for a contract related to "2025 Boundary Line Marking Services" at Green River Lake, Campbellsville, KY. The key details include a fixed-price arrangement totaling approximately $9.5 million, with a primary contract line item focusing on inspecting and marking a 15-mile boundary line. There is also an option for additional maintenance services covering up to 60 miles. The document specifies delivery by March 30, 2026, and emphasizes compliance with various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which govern aspects such as safeguarding sensitive information, whistleblower rights, and training for contractor personnel. Provisions on cyber incident reporting, contractor safeguards, and compliance with wage determinations for service employees are also included. The solicitation aims to enhance opportunities for women-owned businesses, aligning with federal initiatives to support underrepresented entrepreneurs in contracting.
    The Request for Quote (RFQ) outlines a project for the maintenance of the boundary line at Green River Lake, located in Campbellsville, KY. This work involves inspecting and marking the government fee boundary line in Taylor and Adair counties. The contractor will be provided with segment maps as necessary and will be responsible for all required personnel, tools, and equipment, while the government will supply plastic boundary sleeves and placards. The completion deadline for marking the boundary line is March 30, 2026. This RFQ is strictly a firm fixed price, 100% set-aside for small businesses under the NAICS code 561730, specifically for Landscaping Services, with contract awards going to the lowest bidder. Electronic payments through Electronic Funds Transfer (EFT) will be made, and contractors must be registered in the System for Award Management (SAM) prior to submitting a quote. Emphasis is placed on timely registration, which includes obtaining a Unique Entity Identifier and following new notarization requirements for SAM accounts. The document serves as a vital notification for small businesses seeking governmental contracts, emphasizing compliance, and providing specific guidelines for participation in the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Paducah Levees Reconstruction Phase 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Paducah Levees Reconstruction Phase 3 project, which is set aside exclusively for small businesses. This procurement involves the reconstruction of levees in Paducah, Kentucky, and is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction. The project is critical for flood risk management and infrastructure resilience in the region. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W912QR52370251. For inquiries, potential bidders may contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    Tree Maintenance Services in Central and West, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree maintenance services in Central and West Texas. The contractor will be responsible for a range of services including tree removal, trimming, stump grinding, and boundary fence line clearing at various lakes including Aquilla, Hord's Creek, Navarro Mills, O.C. Fisher, Proctor, Waco, and Whitney Lakes. These services are crucial for maintaining the health and safety of the landscapes surrounding these recreational areas. Interested small businesses are encouraged to contact Allen Holmes at allen.l.holmes@usace.army.mil or by phone at 817-886-1035 for further details regarding the solicitation, which is set aside for total small business participation.
    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.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.