Operations and Maintenance Services at W. Kerr Scott Reservoir
ID: W912PM26RA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8a Competed (8A)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This document, Wage Determination No. 2015-4411 Revision No. 31, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contracts in Cleveland and Wilkes Counties, North Carolina, effective July 8, 2025. It details hourly rates for numerous occupations across various fields, including administrative support, automotive service, healthcare, and IT. The document specifies that contracts entered into on or after January 30, 2022, or renewed/extended on or after this date, must pay at least $17.75 per hour under Executive Order 14026. Contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed, must pay at least $13.30 per hour under Executive Order 13658. Both executive order minimum wage rates are subject to annual adjustments. Additionally, the determination mandates paid sick leave, vacation, and eleven paid holidays annually. Special provisions are included for computer employees, air traffic controllers, and weather observers regarding night and Sunday pay. Hazardous pay differentials for work with ordnance and explosives are also specified, along with uniform allowance requirements. The document also details the conformance process for unlisted occupations, emphasizing proper classification and wage rate determination through Standard Form 1444.
    This Performance Work Statement outlines the operations, maintenance, repair, and minor construction requirements for the W. Kerr Scott Reservoir Project. The contract specifies two service levels: Level I for routine/preventive maintenance and minor repairs, and Level II for additional, non-routine, or emergency services, including those resulting from vandalism or natural disasters. The project encompasses diverse facilities, including a Visitor Assistance Center, recreation parks, trails, and the dam itself. The Contractor must provide all necessary personnel, materials, and equipment, adhering to strict safety, environmental, and quality control standards. Key requirements include comprehensive cleaning services, management of government-furnished equipment and facilities, and adherence to specific schedules for various tasks. The document details administrative procedures, such as invoicing, reporting, and personnel qualifications, emphasizing cooperation with government personnel and other contractors.
    The document, Attachment #1, Volume I: Tab A, is a Proposal Data Sheet for Solicitation W912PM26RA0012, titled "W. Kerr Scott Operation and Maintenance Support Services." This form requires offerors to provide essential administrative and contact information, including their address, phone, fax, email, DUNS number, CAGE Code, and Tax ID number. It also mandates the listing of any proposed team members with their names, addresses, and UEI numbers, explicitly stating that details about team associations should be provided elsewhere. Additionally, the form requests information on authorized negotiators, as per FAR 52.215-11, requiring their names, titles, telephone numbers, and email addresses. This document is a critical component of a federal government Request for Proposals (RFP), designed to collect structured information from potential contractors for operational and maintenance support services.
    The provided document outlines the forms and procedures for evaluating proposals in government RFPs, federal grants, and state/local RFPs. It includes an "Individual Technical Evaluation Form" for evaluators to rate proposals based on factors and subfactors, documenting strengths, weaknesses, deficiencies, and uncertainties. This form requires initial, discussion, and final ratings with supporting narratives. Additionally, a "Technical Evaluation Team Consensus Report" summarizes the team's collective findings and assigns an adjectival rating to the offeror. A "Minority Opinion Report" is also included for evaluators who disagree with the consensus, providing a mechanism for dissenting opinions with stated rationales. The document emphasizes a structured and transparent evaluation process for government solicitations.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a crucial document for federal government RFPs, grants, and state/local RFPs, designed to evaluate contractor performance. It collects detailed information on past contracts, including contractor details, work performed (prime, sub, or joint venture), contract specifics (number, type, title, location, dates, and prices), and a project description with relevance to future submissions. The questionnaire requires clients to provide ratings and narrative feedback across key performance areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Each rating category (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) includes clear definitions to ensure consistent evaluation. The client completes and submits the form, which the offeror then includes in their proposal to USACE. The government reserves the right to verify all submitted information.
    This document outlines the general proposal submission requirements for the W. Kerr Scott Operation and Maintenance Support Services contract (W912PM2RA012). It details instructions for offerors, including the government's right to award without discussions, policies on contractor team arrangements and joint ventures, and the exclusion of third-party information from evaluation. Proposals must be submitted electronically by the specified due date, separating price and technical information. The document provides a comprehensive format for proposals, requiring two volumes: Volume I for Price and Certifications, and Volume II for Technical Proposal and Past Performance. Each volume has specific tabbed sections, content requirements, and page limits. The technical proposal must address minimum criteria such as workforce organization, key personnel, technical approach, and a mobilization plan. Past performance evaluations will consider recent, relevant project experience and other sources. Technical factors are significantly more important than price and past performance, while price and past performance are of equal importance. The contract will be awarded based on best overall value, with the government reserving the right to reject any offer or accept offers other than the lowest price or highest-rated.
    The document outlines the process for submitting and reviewing technical inquiries for government solicitations through the ProjNet website. Bidders/offerors must use the Bidder Inquiry module on ProjNet (www.projnet.org) for all questions related to the solicitation, drawings, or specifications. Inquiries must be submitted in writing at least ten calendar days before the bid opening or proposal receipt date. Users need to register or log in to ProjNet using the provided Bidder Inquiry Key (XXXXXX for RFP No: W912PMXXXXXX). After submitting an inquiry, bidders/offerors will receive email acknowledgments and notifications when an answer is posted by a Contracting Officer. It is the bidder's/offeror's responsibility to regularly check the Bidder Inquiry system for all inquiries and responses, as they are assumed to be aware of all posted information, regardless of who submitted the question. Technical support for website access issues is available via the ProjNet Help Desk at 1-800-428-4357.
    This government solicitation, W912PM26RA009, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Operations and Maintenance Support Services at W. Kerr Scott Dam & Reservoir. The contract, with an estimated value of USD 47,000,000.00, seeks proposals for Level I (Off-Peak and Peak Operations) and Level II (Unscheduled/Emergency) services. Key dates include an offer due date of January 9, 2026, and a site visit on December 17, 2025. Proposals must be submitted electronically, and contractors must comply with various federal regulations, including those concerning cybersecurity (CMMC), subcontracting limitations, and insurance requirements. The contract emphasizes electronic payroll submission and outlines specific payment, administrative, and safety protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    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.
    W. Kerr Scott Bridge Repainting
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking bids for a contract to clean and repaint the steel superstructure girders and support members of the W. Kerr Scott Bridge located in Wilkesboro, North Carolina. The project involves the removal of lead-based paint through blasting or other approved methods, followed by recoating with a moisture-cured urethane paint system, and requires contractors to possess SSPC QP-1 and QP-2 certifications along with lead abatement experience. This opportunity is a 100% Small Business Set-Aside with a firm fixed price contract valued between $1,000,000 and $5,000,000, and the solicitation is expected to be issued electronically around February 4, 2026, on sam.gov. Interested bidders must be registered in SAM to be eligible for award, and they can contact Sonny Smith at sonny.z.smith@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further information.
    W912HN26RA003 - Hartwell O/M Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which encompasses various facilities and resources across six counties in Georgia and South Carolina, including campgrounds, boating access areas, and power plants. The selected contractor will be responsible for a range of activities, including cleaning services, maintenance of structures and equipment, natural resource management, and emergency spill response support. Interested small businesses must submit their proposals by January 5, 2026, and are required to maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, potential bidders can contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 912-652-5619.
    Center Hill Lake OandM Requirement Contract 2026 through 2031
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a firm-fixed-price requirements contract for operations and maintenance services at Center Hill Lake in Tennessee, covering the period from February 1, 2026, to January 31, 2031. The contract, which is set aside for small businesses, requires the contractor to provide comprehensive services including mowing, cleaning, janitorial work, facility repairs, and maintenance of recreational areas, with work to be ordered through individual task orders. This procurement emphasizes sustainability and adherence to strict safety and security standards, with proposals evaluated based on performance confidence, technical approach, and price. Interested parties must submit their proposals electronically by November 14, 2025, and can contact Jamie Barnes at jamie.l.barnes@usace.army.mil or call 615-736-5892 for further information.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is issuing a presolicitation notice for Grounds Maintenance Services at Colebrook River Lake in Colebrook, CT. The procurement requires the contractor to provide all necessary labor, equipment, materials, and transportation 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, including clearing drainage swales and catch basins. This service is crucial for maintaining the aesthetic and functional quality of the recreational area, ensuring it remains safe and accessible for public use. Interested small business vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 4, 2025; inquiries should be directed to Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2 project in Morehead City, North Carolina. This contract involves the repair and enhancement of five upland placement areas, including clearing, raising and stabilizing perimeter dikes, and replacing six spillway systems to manage future dredged material. The project is crucial for maintaining the integrity of the Atlantic Intracoastal Waterway and ensuring environmental compliance, particularly concerning seasonal restrictions for tree clearing. The contract will be a Firm Fixed Price with an estimated value between $5 million and $10 million, and it is set aside exclusively for small businesses. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation expected to be released electronically on or about January 6, 2026.
    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.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    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.