Barren River Lake Cleaning Services IDIQ
ID: W912QR25QA013Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

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, is seeking qualified small businesses to provide cleaning and janitorial services for the Barren River Lake project in Glasgow, Kentucky. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, spans from March 1, 2025, to February 28, 2030, and includes comprehensive management and cleaning services across various recreation areas, with an estimated contract value of $22 million. This procurement is critical for maintaining cleanliness and safety in public recreation spaces, ensuring compliance with environmental standards and labor regulations. Interested contractors must submit their proposals by February 21, 2025, and can direct inquiries to Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.

    Point(s) of Contact
    Files
    Title
    Posted
    The file presents a comprehensive overview of various cleaning service areas, illustrated through several detailed maps pertaining to Baileys Point and surrounding locations, with issues dated December 11, 2018. It outlines the service areas—totaling 71 acres for Baileys Point, 7.77 acres for Beaver Creek, 2.39 acres for Browns Ford, 38 acres for The Narrows, and additional specified cleaning areas for locations like Overlook and Dam, Port Oliver, Quarry Road, and Tailwater, with respective acreages. Key features, including roads, parking, restrooms, beaches, boat ramps, and picnic shelters, are marked, and certain areas have been excluded from the cleaning scope. This document is likely part of a government RFP or grant submission focused on maintaining environmental cleanliness and facility upkeep within designated recreational locations. The structured maps and descriptions highlight the areas designated for cleaning, essential for informing contractors or agencies about the scope of work required. Overall, the file underscores the importance of ecosystem management in federally and locally protected areas, aimed at preserving natural landscapes and recreational facilities.
    The document outlines the Wage Determination Number 2015-4699 issued by the U.S. Department of Labor under the Service Contract Act, relevant to contracts in Kentucky, covering specific counties. It states minimum wage requirements based on executive orders for workers employed under federal contracts, specifying pay rates for various occupational classifications, emphasizing that covered workers must be compensated according to specified minimums. For contracts entered into after January 30, 2022, a minimum wage of $17.75 is mandated, while contracts awarded between 2015 and January 29, 2022, require $13.30 per hour if not renewed thereafter. Moreover, it addresses various fringe benefits such as health and welfare compensation, vacation, holidays, and paid sick leave, ensuring compliance with relevant regulatory frameworks. Additional provisions include uniform allowances, hazardous pay differentials, and guidelines for conforming unlisted job classifications. This document is crucial for compliance in federal contracting, ensuring equitable wages and benefits for contract workers, thus supporting labor rights within the context of government contracts across federal, state, and local levels.
    The document presents the Wage Determination No. 2015-5829 issued by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage and fringe benefits applicable to federal contracts in Kentucky. Contracts executed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, follow Executive Order 13658, requiring at least $13.30 per hour. The document lists various job classifications, specific wage rates, and pertinent fringe benefits like health and welfare payments, vacation, and holiday entitlements. Moreover, it outlines provisions for paid sick leave under Executive Order 13706 and describes the process for proposing additional classifications and wage rates through the standard form SF-1444. This wage determination aims to ensure fair compensation standards for workers involved in federal contracts, reinforcing compliance with federal regulations and protecting workers' rights. The document serves as an essential resource for contractors seeking clarity on employee compensation models while fulfilling government contracts within the designated state and occupational framework.
    The Barren River Lake Operation and Maintenance Services contract involves providing comprehensive management and cleaning services across various recreation areas and facilities. The contract spans from March 1, 2025, to February 28, 2030, with an initial base year followed by four optional years. Key services outlined include multiple levels of cleaning for open areas, restroom sanitation, litter pickup, and specific janitorial services for the administration area and amphitheater. Each section details estimated quantities and unit prices for various tasks, ensuring clarity on the scope and financial planning associated with the service delivery. The document serves as a Request for Proposal (RFP) for contractors interested in bidding on the maintenance services, aiming to ensure cleanliness and safety in public recreation spaces. This structured approach is typical of government contracts, highlighting the need for detailed service specifications to facilitate bidding and contract management.
    The document outlines the registration and inquiry process for bidders participating in a solicitation by the U.S. Army Corps of Engineers (USACE). It provides step-by-step instructions for accessing the ProjNet system, where bidders can submit their questions and comments regarding the proposal. Bidders must create an account using specified personal information and use a Secret Question and Answer to log in for future access. The solicitation number is W912QR-25QA013, with a Bidder Inquiry Key of CJDMNE-HK6DZS. The deadline for submitting inquiries is set for 21 February 2025, with all responses to be provided by 23 February 2025. Bidder inquiries should not be submitted via ProjNet but rather in accordance with the guidelines in the solicitation. Communication issues can be addressed through a dedicated call center operating weekdays. This document is crucial for ensuring bidders comply with the established procedures and deadlines for the RFP process, reflecting the structured nature of government contracting.
    The document is a solicitation for a contract under the Women-Owned Small Business (WOSB) program for cleaning services at Barren River Lake, issued by the U.S. Army Corps of Engineers, Louisville District. It provides essential details such as requisition and contract numbers, award dates, solicitation issues, and contact information. The contract, valued at $22 million, follows an Indefinite Delivery/Indefinite Quantity (IDIQ) format for multiple years, specifying firm-fixed pricing for five line items covering various option years. Key items include a schedule of supplies/services, payment terms, and compliance with federal acquisition regulations. The contract emphasizes adherence to environmental standards and service quality, highlighting inspection and acceptance criteria, with specified contact persons for inquiries. It also incorporates necessary clauses reflecting adherence to labor regulations and terms for small businesses, reflecting the U.S. government's commitment to supporting women-owned and disadvantaged business entities. The contract details underscore critical procedural norms for federal procurement, promoting transparency and equitable opportunities for smaller firms in government contracting. Overall, it demonstrates a structured approach to facilitating government services through private sector collaboration.
    The government file outlines the terms and requirements for a contract related to cleaning, janitorial, and maintenance services at the Barren River Lake project in Kentucky. The scope includes furnishing all necessary personnel, tools, and materials required for effective service delivery. Task Orders will initiate work, and the Contractor must adhere to specified working hours, safety regulations, and ensure the conduct of employees is professional. Key aspects include contractor responsibilities for obtaining permits, submitting required documents, and maintaining safety standards in compliance with USDA guidelines. Environmental regulations dictate that all services must avoid contamination and include immediate cleanup of spills. Quality control and assurance are vital, requiring the Contractor to implement plans to address deficiencies quickly. The file also details expectations on conducting regular cleaning of facilities, maintaining public spaces, and ensuring cooperation with other contractors and volunteers. Overall, the document emphasizes the importance of adherence to specifications and proactive communication to support the U.S. Army Corps of Engineers' mission in maintaining public recreation areas.
    The government solicitation outlines a request for quotes for cleaning, janitorial, and maintenance services at the Barren River Lake project recreation areas in Glasgow, KY. The contract is exclusively reserved for small businesses, adhering to the NAICS Code 561720, with a size standard of $22 million. It consists of a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, with a minimum service obligation of $7,000 for the base period from March 1, 2025, to February 28, 2026, and potential for four additional option years. Interested contractors must inspect the site before bidding and submit their quotes by February 21, 2025. Electronic submissions are encouraged. Registration in the System for Award Management (SAM) is mandatory for bidding, and all government payments will be conducted via Electronic Funds Transfer. This solicitation emphasizes compliance with various provisions and response protocols to ensure clarity and fairness in the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. This project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, with a focus on maintaining operational integrity during repairs and adhering to strict safety and environmental regulations. The work is essential for ensuring the reliability of infrastructure and operational systems, with a performance period of 120 days commencing 14 days after the Notice to Proceed. Interested small businesses must submit sealed bids by 10:00 AM on February 21, 2025, with an estimated project cost between $100,000 and $250,000. For further inquiries, contact Kelly Duggins at Kelly.S.Duggins@usace.army.mil or call 502-315-6013.
    Park Cleaning and Janitorial Services, Fort Supply, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Park Cleaning and Janitorial Services at Fort Supply Lake, Oklahoma. This procurement is a 100% Small Business set-aside, aimed at providing essential custodial services to maintain the cleanliness and upkeep of the park facilities. The contract falls under the NAICS Code 561720, which pertains to Janitorial Services, and is crucial for ensuring a safe and welcoming environment for visitors. Interested small businesses should note that the site visit is scheduled for January 31, 2025, at 10:00 AM Central Time, and can reach out to Cheryl Hakel at cheryl.d.hakel@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL for further inquiries.
    Eufaula Lake Project Office and Powerhouse Janitorial Service
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide janitorial services for the Eufaula Lake Project Office and Powerhouse, as well as select fishing areas below the Eufaula Dam public use area. The procurement involves comprehensive janitorial work, including labor, supervision, transportation, equipment, and supplies necessary for maintaining cleanliness in designated areas at Eufaula Lake. This opportunity is particularly significant as it is a 100% Small Business set-aside, emphasizing the importance of supporting small enterprises in government contracting. Interested contractors must ensure they have an active registration in the System for Award Management (SAM) and monitor the PIEE website for the anticipated solicitation release on or about February 3, 2025. For further inquiries, potential bidders can contact Marcel Pruner at marcel.l.pruner@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
    IDIQ Park Cleanup Millwood Lake Project Office
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is soliciting proposals for the IDIQ Park Cleanup Millwood Lake Project Office, focusing on janitorial services. The contractor will be responsible for providing all necessary management, supervision, labor, materials, and equipment for cleanup and solid waste removal services at the Millwood Office, adhering to the specifications outlined in the solicitation. This project is crucial for maintaining the cleanliness and safety of recreational facilities, ensuring a pleasant environment for visitors. Interested small businesses must submit their quotes by February 27, 2025, following a site visit scheduled for February 6, 2025, and can contact Jason Graefen or Sarah N. Hagood for further information.
    PR Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking a contractor to provide comprehensive park cleaning services at Proctor Lake in Comanche County, Texas. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and services for facility cleaning, grounds maintenance, beach water testing, refuse collection and disposal, as well as servicing portable toilets and roll-off dumpsters at 14 recreation areas. These services are crucial for maintaining the cleanliness and safety of recreational spaces, ensuring a pleasant experience for visitors. Interested small businesses are encouraged to reach out to Angelina PinaHardin at angelina.l.pinahardin@usace.army.mil or call 817-886-1028 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Janitorial Services at Cottonwood Campground near Gavins Point Dam, NE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for janitorial services at the Cottonwood Campground near Gavins Point Dam in Nebraska. The contract, designated as a Total Small Business Set-Aside, requires the contractor to provide comprehensive cleaning and sanitation services across various recreation areas, with a focus on maintaining sanitary conditions during peak visitor seasons from mid-April to mid-October. The total contract amount is $179,450, and the performance period is set to begin on April 14, 2025, with options for extensions through 2029. Interested small businesses must register in the System for Award Management (SAM) and submit their proposals by February 18, 2025; for further inquiries, they can contact Kimberly Johnson at kimberly.b.johnson@usace.army.mil or Constance Ellard at constance.r.ellard@usace.army.mil.
    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.
    PCMC Service Contract at El Dorado Lake, Kansas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified small businesses to provide a range of facilities support services under the PCMC Service Contract at El Dorado Lake, Kansas. The contract will encompass mowing, janitorial services, herbicide applications, and snow/ice removal, with the solicitation set to be issued as a 100% Small Business set-aside. This procurement is crucial for maintaining the operational integrity and cleanliness of the facilities at El Dorado Lake, ensuring a safe and pleasant environment for visitors and staff. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation anticipated to be issued around February 17, 2025, and closing on or about March 10, 2025. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.