Market Survey for District Headquarters Relocation Security
ID: W912QR25QBS00Type: Sources Sought
Overview

Buyer

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

    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is conducting a market survey to identify small businesses interested in providing security operations for the relocation of the District Headquarters in Louisville, Kentucky. The project entails unarmed on-site security and access control during business hours, with an estimated budget ranging from $1 million to $5 million over a five-year period. This procurement is crucial for ensuring the safety and security of the new headquarters, and small businesses, particularly those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, are strongly encouraged to respond by March 3, 2025. Interested firms must verify their small business status, provide their Unique Entity Identifier (UEI) and Cage Code, and demonstrate relevant past experience in similar security operations, while adhering to FAR guidelines for contract performance. For further inquiries, interested parties can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The market survey seeks to gauge interest from small businesses for security operations related to the relocation of District Headquarters at 220 West Main Street, Louisville, KY. The project requires unarmed on-site security and access control during business hours, estimated over five years, with a budget of $1 million to $5 million. Small businesses, particularly those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, are encouraged to respond by March 3, 2025. Responses should verify the company's small business status, include the Unique Entity Identifier (UEI) and Cage Code, and provide documentation of bonding limits. Firms must describe their relevant past experience, specifically projects similar in size and scope, addressing security operations and screening processes. Compliance with FAR guidelines to self-perform at least 15% of the contract is emphasized. The notice clarifies that this is not an official Request for Proposal, and interested parties must follow separate procedures for future solicitations. Registration with the System for Award Management (SAM) is required before contract awards, including a notarized letter for account activation. Prompt registration is advised to avoid delays in potential contract opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Market Survey for District Headquarters Relocation Move Coordinator
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a market survey for a Move Coordinator to facilitate the relocation of its District Headquarters in Louisville, Kentucky. The project entails coordinating the physical move of approximately 900 employees from the Romano Mazzoli Federal Building to a new site, which includes furniture removal and equipment donation. This initiative is crucial for ensuring a smooth transition and operational continuity during the relocation process, with the contract expected to last 730 days and a budget estimated between $100,000 and $250,000. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran-Owned, must submit their responses electronically by March 3, 2025, and provide documentation of their small business status, experience with similar projects, and registration in the System for Award Management (SAM). For further inquiries, interested parties can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    Lease Acquisition
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the lease acquisition of approximately 2,000 square feet of contiguous office space in Lexington, Kentucky. The procurement aims to secure a facility that meets federal standards for safety, accessibility, and environmental compliance, ensuring it is suitable for government operations. This opportunity is crucial for providing the necessary infrastructure to support the Army Corps' activities in the region. Proposals are due by March 7, 2025, and interested parties should contact Stacy Kohan at stacy.i.kohan2@usace.army.mil or Jacob Purcell at jacob.a.purcell@usace.army.mil for further details.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    3RD QTR LODGING
    Buyer not available
    The Department of Defense, specifically the Kentucky Air National Guard (KYANG), is seeking lodging services for its personnel in Louisville, Kentucky, for the Regularly Scheduled Drill (RSD) from April to June 2025. The procurement requires a premium FEMA-registered hotel that can accommodate double-occupancy rooms while adhering to specific standards for quality, health, safety, and security, including compliance with National Fire Codes and maintaining a clean environment free from heavy industrial activity. This contract is crucial for ensuring that KYANG personnel have access to quality accommodations that meet federal regulations and security policies during their drills. Interested vendors should contact SSgt Quetta Odom at glennquetta.odom@us.af.mil or 502-413-4617, or Jonathan Vance at jonathan.vance.4@us.af.mil or 502-413-4161 for further details.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. The contract, set aside for small businesses under NAICS code 561720, aims to provide comprehensive cleaning and maintenance services for public recreation areas, including restrooms, picnic shelters, and playgrounds, with a total award amount of up to $22 million. This initiative is crucial for maintaining cleanliness and safety in recreational facilities, enhancing visitor experiences while adhering to federal regulations. Interested contractors must submit their quotes electronically by February 25, 2025, and can contact Marcie Billotto at marcie.billotto@usace.army.mil or 502-315-6213 for further information.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The procurement involves a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum service commitment of $5,759.12 for the base period extending through December 31, 2025, and options for additional service years through December 2029. This initiative aims to ensure the upkeep of public recreational areas while promoting economic opportunities for small businesses, particularly those owned by women. Interested parties must submit their quotes electronically by March 3, 2025, and are encouraged to register in the System for Award Management (SAM) to be eligible for bidding. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or call 502-315-6463.
    Market Survey - Leased Temporary Facility Area B
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is conducting a market survey for a leased temporary facility area at Wright Patterson Air Force Base in Ohio. The objective is to identify potential sources capable of providing commercial and institutional building construction services for this temporary facility. This procurement is crucial for supporting military operations and ensuring that the necessary infrastructure is in place to meet operational needs. Interested parties are encouraged to reach out to Stephanie Drees at stephanie.n.drees@usace.army.mil or call 502-315-3270 for further information regarding this sources sought notice.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Armed and Unarmed Guards Camp Bondsteel Kosovo
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for armed and unarmed guard services at Camp Bondsteel in Kosovo. The contract, designated as W564KV-25-R-A009, requires non-personal security services over a ten-month term, with an option for an additional six months, emphasizing compliance with federal regulations and performance standards. This procurement is crucial for maintaining the safety and security of military operations at the installation, ensuring that all personnel meet stringent security training and fitness requirements. Interested vendors, particularly Women-Owned Small Businesses, must attend a site visit on February 10, 2025, with registration and security screening details due by February 6, 2025. For further inquiries, potential bidders can contact Jenifer Kelso at jenifer.e.kelso.civ@army.mil or Carlos Mayorga at carlos.a.mayorga.civ@army.mil.