Solicitation Hartwell O AND M Project
ID: W912HN24R5003Type: 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)
Timeline
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 6, 2025, 12:00 AM UTC
  3. 3
    Due Feb 14, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Hartwell Operations and Maintenance (O&M) Project, which encompasses maintenance, repair, and minor construction services at various facilities in Hartwell, Georgia. The procurement aims to ensure the operational efficiency and cleanliness of public park facilities, including cleaning services for visitor centers, restrooms, and picnic areas, while adhering to health and safety standards and environmental compliance. This initiative is crucial for maintaining recreational spaces and managing public resources effectively, reflecting the government's commitment to sustainability and community needs. Interested contractors should submit their proposals by February 14, 2025, and can direct inquiries to Shermaine Malone at shermaine.d.malone@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.

Files
Title
Posted
Feb 6, 2025, 8:13 PM UTC
The document is an amendment to a government solicitation, primarily adjusting key deadlines associated with the proposal process. The due date for offers has been changed from January 27, 2025, at 2:00 PM EST to February 14, 2025, at the same time. Additionally, the due date for submitting Requests for Information (RFI) has been revised from January 17, 2025, to February 4, 2025. The amendment emphasizes the requirement for contractors to acknowledge receipt of the amendment via specified methods to ensure their offer remains valid. It is also noted that all other terms and conditions, apart from the amended dates, remain unchanged and enforceable. This document exemplifies a common procedural adjustment in the context of federal Requests for Proposals (RFPs), aimed at providing potential contractors with adequate time to prepare their submissions while ensuring adherence to federal contracting protocols.
Feb 6, 2025, 8:13 PM UTC
The document outlines the operational and management details for the U.S. Army Corps of Engineers' Hartwell Project, which includes various appendices detailing facilities, equipment, maintenance schedules, and safety protocols. It specifies a list of tools and items required for operations, the facilities available at different site names, and the sanitation and upkeep measures for various areas. Additionally, it delineates the cleaning schedules, maintenance of HVAC systems, pest control protocols, fire extinguisher management, and spill prevention measures. This comprehensive guide is oriented towards ensuring safety, regulatory compliance, and effective resource management in line with federal and local regulations, catering to the operational needs of Hartwell Lake and associated recreational areas. The document serves as a framework for contractors and personnel involved in maintaining the site, emphasizing the responsibility for upkeep and adherence to environmental standards, especially in preventing spills and contamination.
Feb 6, 2025, 8:13 PM UTC
The document is a Request for Proposals (RFP) identification sheet for federal procurement, specifically designated as W912HN24R5003. It outlines the requirements for potential offerors, who must provide their company details including name, address, contact information, and DUNS and TIN numbers. Offerors are also instructed to include information about any proposed team members, as referenced in paragraph 2.2 of the RFP. However, it specifies that the nature of team associations should not be included in the provided information per Section 0100, paragraph 3.6, Tab E. This document serves as a formal approach for teams and companies interested in submitting proposals for government contracts, ensuring compliance with federal regulations while facilitating the collection of essential data for the evaluation process. Overall, it sets the groundwork for a structured proposal submission as part of the government’s procurement framework.
Feb 6, 2025, 8:13 PM UTC
The document outlines a comprehensive request for proposals (RFP) detailing estimated quantities and annual work requirements for maintenance and cleaning services of various park facilities. Key items include cleaning of gate houses, restrooms, comfort stations, and the management of portable toilets and trash cans. The RFP specifies the maintenance of park areas, including picnic shelters, playgrounds, and beaches, alongside vegetation control measures. Additionally, it includes provisions for pest control, inspections of fire extinguishers and alarm systems, and maintenance of various buildings and structures, such as visitor centers and outbuildings. The document also addresses environmental management through water filtration systems, waste disposal, and tree removal. The intent of this RFP is to maintain the operational efficiency and cleanliness of public park facilities, ensuring compliance with health and safety standards. Overall, this RFP serves as a structured guide for potential contractors, emphasizing a commitment to sustainability and the preservation of recreational spaces for community use.
Dec 20, 2024, 5:05 PM UTC
The document outlines the proceedings of a pre-bid site visit conference for solicitation W912HN19R5002, focusing on maintenance, repair, and construction services related to the Hartwell Project. The meeting, held on July 31, 2019, began with introductions and an overview of the project led by Program Manager Kenneth Bedenbaugh. Key points included guidance on proposal submission through ProjNet and AMRDEC SAFE, emphasizing compliance with specific solicitation sections. Contracting Officer’s Representative Mark Dotson highlighted the necessity for bidders to demonstrate their technical approach while adhering to Past Performance Questionnaire and Contractor Performance Assessment Reporting System evaluations. Various attendee questions were addressed, clarifying responsibilities regarding office furniture, fuel storage, and sediment disposal. The agenda also included tours of government facilities, ensuring participants understood project specifications and requirements. The document serves as a critical resource for potential bidders, offering insights into submission processes, technical expectations, and procedural clarity vital for effective proposal submissions related to the Hartwell Project's operational needs and objectives. Overall, it illustrates the government's commitment to a transparent and structured bidding process.
Feb 6, 2025, 8:13 PM UTC
The Hartwell Project encompasses ethical management of public land and water resources, focusing on flood control, hydropower production, and recreation across Georgia, South Carolina, North Carolina, and Tennessee. Established by the Flood Control Act of 1944 and several subsequent public laws, the project includes significant infrastructure such as the Hartwell Dam and Powerplant, designed for hydropower and flood prevention. The project prioritizes balancing environmental compliance and natural resource management with recreational facility operations, underlining the commitment to responsible stewardship of these resources. It emphasizes effective shoreline and land management to support ongoing operations while ensuring minimal environmental impact. Overall, the Hartwell Project serves as a model of cooperative management among multiple states, aiming to optimize resource efficiency and environmental compliance while responding to diverse community needs within the area. This initiative underscores the government's role in directing and improving public resource management through structured frameworks and regulatory compliance.
Feb 6, 2025, 8:13 PM UTC
The document details a federal Request for Proposal (RFP) for a contract involving maintenance, repair, and minor construction services at the Hartwell Project managed by the U.S. Army Corps of Engineers (USACE). The RFP outlines a hybrid contract structure consisting of Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) elements spanning multiple years, with specific tasks grouped into Level I and Level II services. Key tasks include managing and maintaining project facilities, visitor centers, and surrounding areas, adhering to various technical provisions. The contractor must ensure compliance with federal regulations and a robust quality control plan. Labor, uniforms, and personal protective equipment provision are mandatory, along with timely communication with the Contracting Officer's Representative (COR). The document also emphasizes the contractor’s responsibilities for safety, on-site personnel management, and cleaning services within designated facilities. It underscores the importance of a clear schedule for operations, compliance with safety protocols, and administrative documentation to manage tasks efficiently. This RFP represents a significant opportunity for contractors interested in federal projects that support infrastructure and environmental stewardship, reflecting the government’s intention to maintain and operate key public resources effectively.
Dec 3, 2024, 1:22 PM UTC
This document is an RFP issued by the U.S. Army Corps of Engineers for the maintenance, repair, minor construction, and operation of the Hartwell Project. It outlines the contract's structure, including firm fixed price and cost-plus elements, and specifies the services required over a five-year period. The contractor is responsible for providing all management, personnel, equipment, and services to ensure compliance with safety, quality, and regulatory standards. Various Technical Provisions detail responsibilities, such as labor requirements, cleaning services, and equipment maintenance, with an emphasis on adhering to strict quality control measures and safety protocols. The document also mentions the importance of seasonal adjustments in service volume, the expectation of emergency response within specified timeframes, and the proper disposal of solid waste as per regulations. Additionally, it emphasizes the necessity for contractor personnel to receive appropriate training and comply with security requirements. Overall, the RFP reflects the government’s focus on maintaining operational integrity and safety while ensuring high-quality service delivery throughout the project lifecycle.
Feb 6, 2025, 8:13 PM UTC
The document is an amendment to a federal solicitation, specifically concerning contract ID W912HN24R5003. This amendment primarily serves to incorporate a series of appendices, labeled Appendix A through Appendix Y (Section J), enhancing the solicitation with detailed attachments that cover various topics such as facilities management, cleaning schedules, pest control, and safety measures. All other terms and conditions from the original solicitation remain unchanged. The amendment specifies that it does not extend the deadline for offer submissions, which must acknowledge receipt of the amendment to avoid potential rejection. Key attachments include information on lake infrastructure, cleaning guides, equipment, and operational schedules relevant to the project. This document illustrates the ongoing process of contractual adjustments and the importance of timely communication and documentation in federal procurement processes.
Feb 6, 2025, 8:13 PM UTC
The document outlines an amendment to a solicitation for a contract under the Hartwell O&M Contract (Solicitation No. W912HN24R5003). Key changes include an extension of the proposal due date to January 27, 2025, the inclusion of minutes from an on-site meeting, and an updated Estimated Quantities table. The responsibilities and titles have been refined, changing "Program Manager" to "Superintendent." The proposal submission process mandates electronic submissions exclusively via the PIEE Solicitation Module, alongside detailed instructions regarding the required proposal formats and contents divided into four volumes: Technical, Past Performance, Cost/Price, and Solicitation Documents. Each proposal volume has specific content requirements, such as workforce organization, past performance records, and pricing spreadsheets, which aid in the evaluation for contract award. The document emphasizes the importance of clear, detailed, and organized proposals that meet specified documentation standards and deadlines. Furthermore, it outlines inquiry submission protocols and conditions for contract negotiation, reflecting the government’s structured approach to acquisition and contractor selection. Overall, this solicitation amendment serves to enhance clarity and streamline the bidding process for contractors interested in government contracts relating to operations and maintenance services.
Lifecycle
Title
Type
Similar Opportunities
Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George & George W. Andrews Lakes, Fort Gaines, Georgia
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified contractors for the operation and maintenance of government-owned facilities and equipment at Walter F. George and George W. Andrews Lakes in Fort Gaines, Georgia. This procurement aims to ensure the effective management and upkeep of recreational facilities, which play a vital role in providing public access to outdoor activities and supporting local tourism. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 561210 for Facilities Support Services. Interested parties should contact Chandler Hyatt at chandler.j.hyatt@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
Buyer not available
The U.S. Army Corps of Engineers - New England District is seeking qualified vendors to provide grounds maintenance services for North Springfield Lake and the Upper Connecticut River Basin in Vermont. The procurement requires contractors to supply all necessary equipment, materials, labor, and transportation to perform specific mowing and maintenance tasks across designated areas, with a total award amount of $9,500,000. This contract is crucial for maintaining the environmental integrity and aesthetic quality of the public lands managed by the Corps, ensuring compliance with safety and environmental regulations. Interested parties must submit their proposals by April 21, 2025, at 2:00 PM Eastern time, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Park Attendant Services for John H. Kerr Dam and Reservoir for North Bend 4
Buyer not available
The U.S. Army Corps of Engineers, Wilmington District, is soliciting quotes for Park Attendant Services at the John H. Kerr Dam and Reservoir in Boydton, Virginia, under solicitation number W912PM25Q0020. The procurement is specifically set aside for small businesses and requires contractors to provide a two-person team proficient in basic computer skills, responsible for monitoring park access, fee collection, and visitor assistance over a base period of 71 days. This contract is crucial for maintaining operational efficiency and enhancing visitor experiences at the recreational facility. Interested parties must submit their quotes electronically by April 17, 2025, and direct any questions to Sonny Smith or Troy Small via email, ensuring they are registered in the System for Award Management (SAM) prior to submission.
S--SOUTHERN UNITS CUSTODIAL OPERATIONS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide custodial operations for the Chattahoochee River National Recreation Area in Georgia. The contractor will be responsible for all janitorial services, including cleaning restrooms and maintaining surrounding areas, with a contract period from May 1, 2025, to April 30, 2026. This procurement is vital for maintaining cleanliness and safety in a park that attracts approximately 3.3 million visitors annually. Interested contractors must submit their quotations by April 17, 2025, following a mandatory site visit on April 2, 2025, and can direct inquiries to Celinda Hicks at celindahicks@nps.gov or by phone at 470-819-0814.
Recreation Area Janitorial Services, North Springfield Lake, Springfield, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at the Stoughton Pond Recreation Area located at North Springfield Lake in Springfield, Vermont. The contract requires the provision of all necessary equipment, materials, labor, and transportation to maintain cleanliness and hygiene standards, including tasks such as cleaning comfort stations, picnic tables, and litter pick-up, primarily from Memorial Day to Labor Day. This procurement is set aside for small businesses under the NAICS code 561720, with a size standard of $22 million, emphasizing the federal government's commitment to maintaining public recreational spaces. Interested vendors must submit their quotes by April 24, 2025, at 2:00 PM Eastern Time, and must have an active registration in SAM.gov to be considered; for further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
PCMC Service Contract for Marion Reservoir, Kansas
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a service contract related to the Marion Reservoir in Kansas, focusing on facilities support services. The contract encompasses various tasks, including mowing, janitorial services, cleaning of parks, herbicide application, and tree maintenance, which are essential for maintaining the reservoir's operational integrity and environmental quality. Interested parties are encouraged to attend a pre-proposal site visit scheduled for April 9 and April 17, 2025, at the Marion Reservoir Project Office, where they can gain insights and clarify any questions regarding the project. For further inquiries, potential bidders can contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
Pre-solicitation - FY25 Savannah Inner Harbor Dredging Project
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is preparing to solicit bids for the FY25 Savannah Inner Harbor Maintenance Dredging Project in Georgia. This project involves the maintenance dredging of the Savannah Inner Harbor, requiring the contractor to provide personnel, equipment, and materials to remove up to four million cubic yards of dredged material, primarily using a hydraulic cutterhead dredge. The dredging is crucial for maintaining navigational depths for large civilian and military vessels, with a contract value estimated between $25 million and $100 million, and is expected to be awarded as a Firm Fixed Price Contract. Interested contractors can reach out to Rohan Bryan at rohan.a.bryan@usace.army.mil or Glenda Canty at glenda.a.canty@usace.army.mil for further details.
Park Attendant Services for John H. Kerr Dam and Reservoir for Rudds Creek 2
Buyer not available
The U.S. Army Corps of Engineers, Wilmington District, is soliciting quotes for Park Attendant Services at the John H. Kerr Dam and Reservoir in Boydton, Virginia, under Solicitation Number W912PM25Q0023. The procurement aims to engage small businesses to provide essential services, including monitoring park access, collecting fees, and assisting visitors, with a focus on maintaining safety and operational efficiency. This contract encompasses a base period from March 25, 2025, to October 31, 2025, with an option for an additional year, and requires contractors to adhere to specific performance standards and complete mandatory training. Interested parties must submit their quotes electronically by April 17, 2025, and direct any inquiries to Sonny Smith at sonny.z.smith@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
LAERF Pond Cleanup & Valve Repair
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking contractors to provide services for pond cleanup and valve repair at the Lewisville Aquatic Ecosystem Research Facility (LAERF) in Texas. The project involves clearing debris from ten existing ponds, repairing three-way valves, and addressing additional maintenance tasks for five more ponds and drainage ditches, all crucial for supporting research on invasive aquatic species. This procurement emphasizes environmental management and operational efficiency, with the contractor responsible for all labor, materials, and compliance with federal regulations. Interested parties must submit their quotes by April 18, 2025, and direct inquiries to Sonia Boyd at sonia.j.boyd@usace.army.mil or call 601-751-0822. Additionally, a site visit is scheduled for April 9, 2025, to assist bidders in understanding the project scope.
Hand Pulling Milfoil, North Hartland Lake, N. Hartland, VT and North Springfield Lake, Perkinsville, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the hand-pulling of Eurasian watermilfoil at North Hartland Lake and Stoughton Pond in Vermont. The project requires vendors to furnish all necessary labor, equipment, and transportation to effectively manage and control the invasive milfoil species, which poses a threat to local ecosystems and recreational activities. This initiative underscores the government's commitment to environmental conservation and the health of these water bodies, with the work contributing to the preservation of natural habitats. Interested small business vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.