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.
FY25 MOTSU Operations and Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for operations and maintenance services at the Military Ocean Terminal at Sunny Point (MOTSU) in Southport, North Carolina. The contract requires the contractor to provide comprehensive personnel, management, tools, and services necessary for the operation, maintenance, repair, and construction of Real Property Facilities (RPF) at MOTSU, covering various functional areas including maintenance management, electrical and water systems, grounds maintenance, and waterside maintenance. This procurement is crucial for ensuring the operational readiness and safety of military facilities, with a performance period consisting of a base year and four option years. Interested small businesses must submit proposals by May 23, 2025, and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Karri Mares at Karri.L.Mares@usace.army.mil for further information.
FY26 SAD Regional Harbor Maintenance Dredging Contract (Savannah, Wilmington & Charleston Harbors)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor for maintenance dredging services at Savannah Harbor in Georgia, Charleston Harbor in South Carolina, and Wilmington Harbor in North Carolina. The procurement aims to consolidate three separate contracts into one, which will be solicited as unrestricted, allowing for participation from large businesses. This consolidation is deemed necessary to enhance efficiency and effectiveness in maintaining these critical harbor facilities. Interested parties can reach out to Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information, with the solicitation expected to be released around June 17, 2025.
Tenkiller Lake Powerhouse Janitorial Service (Base and 4 Options)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide janitorial services at the Tenkiller Powerhouse. The procurement involves general janitorial work, which includes labor, supervision, transportation, equipment, and supplies necessary for maintaining designated areas within the facility. This opportunity is significant as it supports the operational cleanliness and maintenance of a critical infrastructure site, ensuring a safe and efficient working environment. The solicitation, designated as W912BV25QA016, is anticipated to be issued on or about April 15, 2025, and will be a 100% Small Business set-aside. Interested contractors must have an active registration in the System for Award Management (SAM) and are encouraged to monitor the PIEE website for updates and amendments. For further inquiries, contact Marcel Pruner at marcel.l.pruner@usace.army.mil or call 918-669-7079.
LAERF Pond Cleanup & Valve Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors to perform pond cleanup and valve repair services at the Lewisville Aquatic Ecosystem Research Facility (LAERF) in Texas. The project involves clearing ten existing ponds of debris, 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 a focus on compliance with federal regulations. Interested contractors must submit their quotes by May 5, 2025, and can direct inquiries to Sonia Boyd at sonia.j.boyd@usace.army.mil or by phone at 601-751-0822.
Greers Ferry Buoy Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide buoy maintenance services at the Greers Ferry Project Office in Heber Springs, Arkansas. The procurement is a 100% Small Business Set-Aside and includes an initial contract period from the date of award until January 31, 2026, with the possibility of four additional annual option periods. This maintenance work is crucial for ensuring the operational integrity and safety of navigational aids in the area. Interested contractors must submit their quotes via email by May 1, 2025, and are encouraged to attend a site visit scheduled for April 16, 2025. For further inquiries, contractors can contact Taylor B. Mclain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
Pine Flat Lake Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at various locations within the Pine Flat Dam and Lake Project in Fresno County, California. The contract aims to provide comprehensive cleaning services for headquarters, recreational areas, restrooms, and fish cleaning stations, emphasizing performance-based solutions that allow contractors to propose innovative approaches to meet the government's objectives. This procurement is significant for maintaining public facilities and promoting economic opportunities for small businesses, particularly Women-Owned Small Businesses (WOSB), with an estimated contract value of $22 million. Interested contractors must submit their proposals by May 1, 2025, and can direct inquiries to Henry Barron at henry.d.barron@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of a training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational capabilities, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals by May 6, 2025, and can obtain further details and amendments through the Contract Opportunities website, with Bonny Dylewski serving as the primary contact at bonny.c.dylewski@usace.army.mil.
Presolicitation and Virtual Industry Day - W912HN25R4001 - Construct UEPH Barracks Fort Stewart GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Fort Stewart, Georgia. This project aims to address a significant housing deficit by constructing two buildings totaling approximately 192,737 square feet, providing quality accommodations for 372 soldiers and improving their quality of life. The anticipated contract, valued between $100 million and $250 million, will be awarded using a Best Value Trade Off approach, emphasizing past performance and management strategies. Interested contractors should note that the solicitation is expected to be released around April 30, 2025, with proposals due by May 30, 2025; for further inquiries, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.
FY26 SAD Regional Harbor Maintenance Dredging Contract (Savannah, Wilmington & Charleston Harbors)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking contractors for the FY26 SAD Regional Harbor Maintenance Dredging Contract, which encompasses maintenance dredging projects at Wilmington Harbor, North Carolina; Savannah Harbor, Georgia; and Charleston Harbor, South Carolina. The contract will involve the maintenance dredging of approximately 1 million cubic yards at Wilmington Harbor, 650,000 cubic yards at Savannah Harbor, and 1.5 million cubic yards at Charleston Harbor, with specific seasonal constraints for each location. This project is crucial for maintaining navigable waterways and ensuring the operational efficiency of these harbors. The contract is expected to be a Firm Fixed Price agreement, with a total estimated value between $25 million and $100 million, and will be issued electronically around June 17, 2025. Interested parties should contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details.