Old Hickory Lake Operation and Maintenance Services Requirements Contract
ID: W912P525RA0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a firm-fixed-price Indefinite Delivery Requirements contract for Operations and Maintenance (O&M) services at Old Hickory Lake in Tennessee. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four optional one-year extensions, and includes services such as mowing, cleaning, janitorial work, and facility maintenance across various recreational areas. This procurement is a total small business set-aside under NAICS code 561210, with a size standard of $47 million, emphasizing the importance of maintaining the recreational facilities for public use and environmental stewardship. Proposals are due by November 6, 2025, at 1:00 PM Central Time, and interested parties should contact Samantha Clay at samantha.j.clay@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil for further information.

    Files
    Title
    Posted
    The provided document lists various square footage measurements, likely detailing different areas or rooms within a property. The entries include specific numerical values such as 248 sqft, 907 sqft, 714 sqft, 119 sqft, 169 sqft, 842 sqft, 230 sqft, 618 sqft, 186 sqft, approximately 55 sqft, 340 sqft, and 1,083 sqft. Some entries refer to drawing 127.3 for additional details, while one entry specifies that 618 sqft represents “all one room now.” This compilation of measurements is typical in government RFPs or grants for construction, renovation, or space utilization projects, serving as a foundational reference for assessing project scope and requirements.
    The Nashville District Corps of Engineers requires non-U.S. citizens, including permanent residents, to submit a "Foreign National Pre-Bid Meeting or Site Visit Request Form" to attend pre-bid meetings or site visits at their field locations. This form, along with legible color copies of two approved verification documents (such as an unexpired passport, Certificate of U.S. Citizenship, or Alien Registration Receipt Card), must be submitted to the Nashville District Security Management Office two weeks prior to the proposed visit for approval. Exceptions are considered on a case-by-case basis. The collected information is used to verify identification and is voluntary, though failure to provide it may result in access denial. Contact information for the Security Office is provided for inquiries.
    The Quality Assurance Surveillance Plan (QASP) outlines the U.S. Government's methods for ensuring contractor performance in federal, state, and local RFPs, federal grants, and state and local RFPs. It defines terms like Acceptable Quality Level (AQL), Lot (Population Size), Sample Size, and Allowable Reject Level (ARL). The plan details three surveillance methods: Random Sampling, Planned Sampling, and 100% Inspection, each with specific monitoring and deduction procedures. Random sampling is used for large, homogeneous populations, while planned sampling is for smaller lots or less critical services to optimize inspection efficiency. The 100% inspection method is reserved for infrequent, essential, or costly services, allowing for re-inspection charges and contract termination for recurring defects. The document also includes a Performance Requirements Summary table, outlining the surveillance method for various services and an Accident Prevention Proposal and Activity Hazard Analysis guideline. These guidelines emphasize safety plans, employee indoctrination, accident reporting, and hazard analysis for all work phases.
    The document, "OLD HICKORY LAKE RESOURCE MANAGEMENT MOW MAP," outlines various areas around Old Hickory Lake and their respective acreage, presumably for resource management and maintenance purposes. The file details numerous locations, including recreational areas, access points, and operational zones. Key areas include Rockland/Visitor's Center (totaling 48.0 acres across multiple sub-locations), Tail Water Left Bank/Old Hickory Beach (totaling 48.0 acres), and several other distinct sites such as Lock 3 (1.5 acres), Environmental Study Area (7.5 acres), Shutes Branch (7.0 acres), Avondale (4.5 acres), Cages Bend Campground (18.0 acres), and Cedar Creek (22.5 acres). The document also lists various day-use areas and access points, some of which are noted under a "Flood Risk Management Matrix," indicating their relevance to flood control or monitoring. These include Walton Ferry (4.0 acres), Saundersville Access (0.2 acres), Coles Ferry Access (0.1 acres), Davis Corner Access (0.8 acres), Bull Creek Access (1.0 acres), Sandy Chapel Access (0.6 acres), Cairo Access (0.4 acres), Old Union Access (0.5 acres), Barton's Creek Access (1.0 acres), Hunter's Point Access (0.6 acres), and Hartsville Access (1.5 acres). The document's primary purpose is to provide an inventory of land parcels and their sizes within the Old Hickory Lake resource management area, likely for planning, allocation of resources, or outlining areas for specific activities such as mowing or land management as suggested by the title.
    This government contract outlines the requirements for operation and maintenance services at Old Hickory Lake. The contract is a "Requirements Type Contract" and includes a base year and four optional extension years. Services are categorized into ten sections: Grass Mowing and Landscaped Area Maintenance (C-2), Cleaning Recreational Facilities (C-3), Janitorial Services (C-4), Facility Repair and Non-Routine Work (C-5), Landscaped Area Maintenance and Herbiciding (C-6), Marking and Painting Boundary Lines (C-7), Beach and Playground Maintenance and Water Testing (C-8), Pavement Striping and Sealing (C-9), and Portable Toilets and Sewage Systems (C-10). Offerors are encouraged to attend a site inspection. The bid schedule details maximum quantities for each service item, with unit prices to be filled in by the offeror.
    The Nashville District U.S. Army Corps of Engineers (USACE) is seeking a firm fixed-price requirements contract for operation and maintenance services at Old Hickory Lake, Tennessee. The contract, with a base and four option years, requires the contractor to provide all necessary management, personnel, materials, and equipment for services such as mowing, cleaning, and other maintenance at recreational areas. Work will be ordered via task orders, with specific schedules for normal, holiday, inclement weather, and emergency work. Key requirements include contractor submittals like a Quality Control Plan and Accident Prevention Plan, adherence to safety and security regulations (including AT Level I training and E-Verify), and strict environmental compliance. The contractor is responsible for quality control, reporting accidents and damages, and providing qualified personnel. The government will provide some facilities and utilities, while the contractor is responsible for most equipment, vehicles, and an on-site office. Payment is based on accomplished work, with deductions for non-compliance or damages.
    This government solicitation, W912P525RA008, from the Nashville District Contracting Division, is a Request for Proposal (RFP) for Operations and Maintenance (O&M) Services at Old Hickory Lake. It is a total small business set-aside with a NAICS code of 561210 and a $47,000,000 size standard. The contract is a firm-fixed price Indefinite Delivery Requirements contract with a base year (January 1, 2026 - December 31, 2026) and four option years, potentially extending to December 31, 2030. Services include mowing, cleaning, janitorial work, and facility maintenance. Proposals will be evaluated based on Performance Confidence Assessment, Operations Plan, and Price, with non-cost/price factors approximately equal to price. A mandatory site visit is scheduled for October 15, 2025, and proposals are due by October 30, 2025, at 1:00 PM local time, submitted electronically via PIEE. Bidders must register in SAM and ProjNet for inquiries, and provide bid, performance, and payment bonds.
    Amendment 0001 to Solicitation W912P525RA008 for Old Hickory Lake O&M Requirements extends the proposal due date to November 6, 2025, at 1:00 PM Central Time. The amendment also provides answers to seven contractor questions regarding driftwood removal, mulching, staffing recommendations, labor hours for perimeter trimming, equipment pricing (equipment only unless specified), yearly mileage for boundary line marking, and the calculation of payment and performance bonds (estimated base total) with proof required within ten calendar days of contract award. Additionally, a "Sign In Sheet - Old Hickory Lake O&M Site Visit (15 Oct 25)" has been added as a contract attachment.
    The Nashville District Corps of Engineers (LRN) requires U.S. citizens to submit a "Pre-Bid Meeting or Site Visit Request Form" to attend pre-bid meetings or site visits at LRN field locations. This form must be submitted at least five business days in advance to the LRN Meeting/Site Visit Point of Contact (POC) / Contracting Officer Representative (COR), not directly to the Security Office unless instructed. The form collects full legal name, date of birth, last four digits of SSN, project site, proposed visit date, and phone number to verify identity and conduct background checks for access eligibility. Failure to provide a full legal name will delay approval. Providing an SSN is voluntary, but withholding it may result in denial of access. The information is not retained after the visit. Contact information for security specialists is provided for questions about completing the form.
    Lifecycle
    Similar Opportunities
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project involves the removal and replacement of damaged roofing, installation of a new TPO or PVC membrane, and upgrades to ventilation and insulation systems, with a total project area of approximately 5,000 square feet. The contract is a Total Small Business Set-Aside, with an estimated value between $25,000 and $100,000, and requires completion within 180 days of the Notice to Proceed. Interested contractors must submit their proposals by December 12, 2025, and can direct inquiries to Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    W912HN26RA003 - Hartwell O/M Project
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Hartwell Operations and Maintenance Project (RFP W912HN26RA003) to provide comprehensive maintenance, repair, and minor construction services across various facilities associated with the Hartwell Project in Georgia and South Carolina. The contract encompasses a wide range of services, including cleaning, landscaping, equipment maintenance, and emergency response, aimed at ensuring the operational integrity of facilities such as campgrounds, dams, and the power plant. This opportunity is set aside for small businesses under the NAICS code 561210, with a firm-fixed-price contract expected to be awarded following a competitive negotiation process. Interested parties must maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals by the deadline of January 5, 2026. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 912-652-5619.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Buyer not available
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Oologah Lake PCMC, OK
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for landscaping services at Oologah Lake in Oklahoma, under the jurisdiction of the Tulsa District. This procurement is set aside for small businesses, in accordance with FAR 19.5, and aims to enhance the groundskeeping and landscaping of the area, which is vital for maintaining the aesthetic and functional quality of the site. Interested contractors should reach out to Tyler Hastings at tyler.a.hastings@usace.army.mil or call 918-669-4396 for further details regarding the solicitation notice W912BV26QA009. The specific funding amount and deadlines for submission have not been provided in the overview.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, Connecticut. The contract requires the provision of all labor, equipment, materials, and transportation necessary to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses under the NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining the landscape for environmental and recreational purposes. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    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.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.