Solicitation Hartwell O&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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking contractors for the Hartwell Operations and Maintenance (O&M) Project, which involves maintenance, repair, minor construction, and operation services at the Hartwell Project located in Georgia. The contract aims to ensure the effective management of various facilities, including campgrounds, parks, and the Hartwell Dam, while adhering to new federal procurement policies that emphasize commercially available solutions. The solicitation has undergone amendments, with the proposal due date extended to February 14, 2025, and interested parties must acknowledge receipt of these amendments to ensure their proposals are considered. For further inquiries, potential offerors can contact Shermaine Malone at shermaine.d.malone@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.

    Files
    Title
    Posted
    Amendment 0003 to Solicitation W912HN24R5003 extends the due dates for proposals and Requests for Information (RFIs). The proposal due date is moved from January 27, 2025, to February 14, 2025, at 2:00 PM EST. The RFI due date is also extended from January 17, 2025, to February 4, 2025. This amendment, issued by USACE - Savannah District, ensures that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    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.
    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.
    The document W912HN24R5003, titled 'ATTACHMENT 12 Proposal Data Sheet,' is a standard form for offerors to submit their contact and identification details, including their address, phone, fax, email, DUNS, and TIN. It is specifically designed to be part of a federal government Request for Proposal (RFP). The form also includes sections for listing proposed team members, with a specific instruction to exclude information regarding the nature of team associations, as per Section 0100, paragraph 3.6, Tab E of the RFP. This data sheet is crucial for the administrative processing and evaluation of bids, ensuring all necessary contact and organizational information for the offeror and their team is accurately provided.
    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.
    This government file details estimated quantities and technical provisions for various services and equipment, likely for a large-scale facilities management and maintenance contract. It covers a wide range of tasks across different sections, including cleaning of facilities like gate houses, restrooms, and comfort stations (Section TP-3); vegetation control such as mowing and herbicide application (Section TP-4, TP-8); pest control and alarm system inspections (Section TP-5); and maintenance of buildings and structures, including electrical, water, and HVAC systems (Section TP-7). The document also outlines requirements for fuel usage and equipment maintenance (Section TP-9), infrastructure upkeep like roads and fencing (Sections TP-10, TP-11), wildlife management (Section TP-12), and marine structure maintenance (Section TP-14). Specific provisions for large item removal, building rehabilitation, and septic system installations are also included (Section TP-15). The detailed listing of items, units, project quantities, annual work quantities, and average annual work orders suggests this file is a comprehensive inventory for a federal, state, or local RFP, ensuring clarity on the scope of work for potential contractors.
    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.
    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.
    The Hartwell Project, located at the border of Georgia and South Carolina, outlines its vision for ethical stewardship of public land and water resources, flood control, and hydropower production, while balancing competing demands. Authorized by the Flood Control Act of 1944 and subsequent Public Laws, the project encompasses the Hartwell Dam & Powerplant, which is crucial for hydropower and flood prevention. Key components include recreation area operations, natural resources management, and a shoreline and land management program that oversees boundary lines. Additionally, an environmental compliance program ensures adherence to regulations. The document emphasizes the project's multifaceted role in resource management, flood control, and energy production for the region.
    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.
    The document outlines a hybrid firm-fixed-price and cost-plus-fixed-fee contract (W912HN24R5003) for maintenance, repair, minor construction, and operation services at the Hartwell Project, managed by the USACE – Savannah District. The contract covers various facilities, including the Project Manager’s Office, campgrounds, power plant, and pumping station across multiple counties in Georgia and South Carolina. Services are categorized into Level I (standard fixed-price) and Level II (additional fixed-price services via service orders) and cost-reimbursable for specific repair and construction tasks. The contractor must provide all necessary personnel, materials, and equipment, adhering to strict safety, quality control, and reporting standards. The contract includes provisions for government-furnished facilities and equipment, inventory management, and security requirements, with potential for work at other dam and lake projects in emergencies. Offers are due by January 26, 2025.
    This document is Amendment 0001 to Solicitation W912HN24R5003, issued by USACE - Savannah District, with an effective date of December 2, 2024. The primary purpose of this amendment is to add Appendices A through Y (Section J) to the solicitation. These appendices detail various aspects of the project, including information on Lake Info, Durable Tools, Facilities, Cleaning Schedules (Dumpster, PMO, PH & CPS, Contractor Area), Recreation Schedule, Pest Control, Fire Extinguishers, HVAC Descriptions, Tree Plant Diagram, Equipment, Bulkhead Construction, Pothole Repair, Appendices S1, S2, S3, Boundary Line Marking, Buoys (U-1, U-3, U-4, U-5, U-6), Site configurations (Back-in, Pull Thru, Picnic), Hartwell SPCCP, WBS, and Beach Sampling SOP. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing Items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date for offer receipt may result in rejection of the offer.
    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.
    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.
    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.
    This government solicitation amendment, W912HN24R5003, outlines significant changes to an RFP for Hartwell O&M Contract. The due date for proposals has been extended to January 27, 2025. Key modifications include adding On-Site Meeting minutes, updating the Estimated Quantities table, and changing the Program Manager role to Superintendent in Solicitation L.5.2.1-1 Workforce. The document details strict electronic submission requirements via the PIEE Solicitation Module, prohibiting other methods. It provides comprehensive instructions for proposal format and content, divided into four volumes: Technical, Past Performance, Cost/Price, and Solicitation Documents, each with specific page limits and content requirements. Emphasis is placed on detailed technical approaches, relevant past performance (minimum two, maximum six projects), and a thorough cost/price proposal with specific templates for Fixed-Fixed Price (FFP) and Cost-Plus-Fixed Fee (CPFF) CLINs. Offerors must provide detailed breakdowns of labor, materials, and other direct costs, including subcontractor information, and adhere to government-provided estimated quantities for various services like cleaning, vegetation control, and pest control.
    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.
    Similar Opportunities
    2026-2027 Park Attendant Hartwell Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting quotes for park attendant services at Hartwell Lake for the 2026-2027 period. The contract, which is a Total Small Business Set-Aside under NAICS Code 721211, requires contractors to provide 24-hour attendant services on a four-days-on/four-days-off schedule, with duties including gatehouse operations, fee collection, and campground surveillance. The total contract value is estimated to be up to $10 million, and interested parties must submit their quotes by January 12, 2026, at 11:00 a.m. Eastern Time, to the designated contacts, Amy L. Collins and Glenda A. Canty, via email. All offerors must be registered in the System for Award Management (SAM) and meet specific requirements outlined in the solicitation documents.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    W91237-26-R-A006 Service Gate Well Recess Repair at Beach City Dam in Beach City, Ohio
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the repair of the Service Gate Well Recess at Beach City Dam in Beach City, Ohio, under Solicitation Number W91237-26-R-A006. The project involves specialized repair services, emphasizing the importance of maintaining the structural integrity and functionality of the dam, which is critical for local water management and safety. Interested contractors should note that a site visit is scheduled for December 19, 2025, at 9:00 AM, and must adhere to safety requirements, including wearing safety shoes, protective eyewear, and hard hats. For further inquiries, potential bidders can contact Brittani Stowers at brittani.l.stowers@usace.army.mil or Kristen Smith at kristen.n.smith@usace.army.mil.
    JST Asphalt Mill and Replace Services, USACE-SAV
    Dept Of Defense
    The U.S. Army Corps of Engineers, Savannah District, is seeking qualified contractors for asphalt mill and replace services at Strom Thurmond Dam and Lake, covering approximately 36,410 square yards across four project sites in Georgia and South Carolina. The procurement includes mobilization, demobilization, milling and replacement of asphalt pavement, traffic control, safety compliance, environmental protection, hauling away milled material, restriping, and delivering campsite rock, all in accordance with DOT specifications. This opportunity is crucial for maintaining the infrastructure of recreational areas and ensuring safety for visitors. Interested firms must submit capability statements by January 9, 2026, to Stephanie Brasier at Stephanie.brasier@usace.army.mil, with a copy to Paul R. Gaeth at paul.r.gaeth@usace.army.mil.
    Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Park Attendant Services at Philpott Lake and Dam in Bassett, VA, and John H. Kerr Dam and Reservoir in Boydton, VA. The procurement aims to secure qualified small businesses to provide essential services, including gate operations, fee collection, visitor assistance, and emergency response, during the 2026 and 2027 recreation seasons. These services are vital for maintaining the recreational facilities and ensuring a positive experience for visitors. Interested parties must submit their quotes by January 15, 2026, and direct any questions to the Contract Specialist, Sonny Smith, at sonny.z.smith@usace.army.mil or the Contracting Officer, Troy D. Small, at troy.d.small@usace.army.mil, with a requirement for Cybersecurity Maturity Model Certification (CMMC) Level 1 compliance prior to contract award.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    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.
    Hudson River FNC Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for the maintenance dredging of the Hudson River Federal Navigation Project in Haverstraw Bay, New York. The project involves the removal of approximately 200,000 cubic yards of shoals to a depth of -32 feet Mean Lower Low Water (MLLW), with the dredged material to be transported to a designated Historic Area Remediation Site (HARS) in the Atlantic Ocean. This maintenance dredging is critical for ensuring navigational safety and efficiency in the Hudson River Federal Navigation Channel, with the work anticipated to take place between August and November 2026, and an estimated contract value ranging from $10 million to $25 million. Interested contractors should contact Adrian Stafford-Browne or Nicholas P. Emanuel via email for further details and to participate in the market survey regarding their capabilities.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    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.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.