Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
ID: W912QR25QA012Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    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 contract will be awarded as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with a total estimated budget of $47 million, covering a base period through December 31, 2025, and extending through multiple option years until December 2029. This procurement is crucial for maintaining public recreational areas and ensuring compliance with federal, state, and local regulations while promoting the hiring of U.S. veterans. Interested parties must submit their quotes electronically by March 3, 2025, and can contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or 502-315-6463 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a Request for Proposal (RFP) for various maintenance services required across multiple sites, primarily involving mowing, cleaning, and maintenance tasks. The RFP outlines specific work items categorized by site, including the Office Area, Project Office Bank, tailwater area, and several shelters and campgrounds. Each task is enumerated with the estimated quantity and unit measures, highlighting the scope of services anticipated for the base year (CY 2025) as well as three optional subsequent years (CY 2026, CY 2027, and CY 2028). Key services include weekly and monthly cleaning, refuse pickup, area mowing, and maintenance of facilities such as bathhouses and shelters, ensuring operational readiness and safety of recreational spaces. The document requires interested parties to provide detailed cost breakdowns for each service line item. This structured approach aims to facilitate transparency and competitiveness in selecting qualified contractors for the government’s maintenance needs, ultimately enhancing the management of public spaces while adhering to regulatory compliance and community standards.
    The document provides detailed instructions for bidders intending to register and access the ProjNet system, specifically related to a solicitation by the U.S. Army Corps of Engineers (USACE). It outlines the registration process, including steps for creating a user account and logging in, emphasizing the need for a Bidder Inquiry Key linked to solicitation number W912QR-25QA012. Bidders must use a Secret Question and Answer for future access rather than a password. The document specifies a deadline for submitting inquiries and details the timetable for responses from a technical team. Bidders are encouraged to thoroughly review specifications and existing inquiries before submitting new questions. Furthermore, it provides a contact number for assistance and reiterates that proposals should not be submitted via ProjNet. Overall, the document serves as a guide for bidders to navigate the ProjNet system efficiently while complying with submission protocols for grant proposals.
    The document outlines a government solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSB) for the provision of commercial products and services related to mowing, maintenance, cleaning, and herbicide application at Carr Creek Lake. The solicitation includes essential details such as requisition and solicitation numbers, due dates, contractor information, and performance expectations. The project has an estimated budget of USD 47 million and spans from April 1, 2025, to December 31, 2029, with multiple option years available. Important contract clauses governing the engagement, such as limitations on subcontracting, equal opportunity employment, and payment terms, are stated throughout the document. Additionally, it emphasizes adherence to various federal acquisition regulations and compliance with environmental and labor standards. This solicitation reflects the federal government's efforts to promote economic opportunities for women-owned small businesses and ensure that contracting processes uphold fair labor practices while delivering valuable services to the public sector.
    The document is a solicitation for a contract aimed at providing commercial services, specifically mowing, maintenance, cleaning, and herbicide application at Carr Creek Lake. It outlines the procurement information, including contract details, solicitation and due dates, and points of contact for inquiries. The total award amount is set at USD 47,000,000. The contract is set for a base year with multiple option years extending up to a total of five years. It follows the guidelines for women-owned small business (WOSB) and economically disadvantaged WOSB (EDWOSB) participation. The document also specifies inspection and acceptance criteria tied to the Statement of Work (SOW). Furthermore, it includes multiple references to relevant federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that govern commercial products and services. Key clauses emphasize compliance with labor standards and limitations on subcontracting to ensure that small business concerns benefit from the contract. Overall, the solicitation represents the government’s commitment to inclusivity in procurement processes while promoting responsibility and compliance within awarded contracts.
    This document represents an amendment to solicitation W912QR25QA012 for a project involving mowing, maintenance, cleaning, and herbicide treatments at Carr Creek. The primary purpose is to inform potential offerors that the solicitation's receipt deadline has been extended and to provide details about acknowledging this amendment. Offerors must acknowledge receipt through specific methods to avoid the rejection of their proposals. The amendment introduces new site maps as supporting documentation and updates the list of contract documents, adjusting the attachment table to incorporate these maps effective February 20, 2025. All other terms and conditions remain unchanged. This amendment demonstrates the government's efforts to clarify project requirements and ensure transparency in the procurement process.
    The Carr Creek Lake Services Contract outlines comprehensive mowing and cleaning services at Carr Creek Lake in Kentucky. The contractor is responsible for all necessary materials, personnel, and management to ensure services meet federal, state, and local regulations while supporting the U.S. Army Corps of Engineers' mission for quality public service. Performance is to be carried out as per specific Task Orders issued by the Contracting Officer, with an emphasis on promoting the training and hiring of U.S. veterans throughout the contract lifecycle. Standard working hours are defined, with provisions for cooperation with other contractors to avoid service conflicts. The contractor must prepare various reports, including quality control inspections and activity hazard analyses. Safety is paramount; the document stipulates equipment safety, protective gear guidelines, emergency communication protocols, and adherence to manufacturer recommendations. All contractors are required to report labor hours accurately and comply with environmental and safety standards during operations. This contract serves not only to maintain public recreational areas but also to ensure responsible management of labor and resources while supporting the Corps’ objectives.
    This document outlines a Request for Quote (RFQ) for cleaning and janitorial services at the Barren River Lake project recreation areas, specifically located at Carr Creek Lake, Sassafras, KY. The contract is exclusively set aside for small businesses, adhering to NAICS Code 561210, with a size standard of $47 million. The contract will be awarded as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requiring a minimum service commitment of $5,759.12 for the base period, which spans through December 31, 2025. Option years extend the potential for additional service years through December 2029. Quotes must be submitted electronically by March 3, 2025, and site inspections are encouraged prior to submission. All contractors must be registered in the System for Award Management (SAM) to be eligible for bidding, with electronic funds transfer being the payment method. This RFQ exemplifies governmental efforts to engage small businesses in federal contracting opportunities while providing essential maintenance services in public recreational areas.
    The document is the "Register of Wage Determinations Under the Service Contract Act" issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits applicable to workers on service contracts, particularly for contracts in Kentucky. Crucially, contracts signed on or after January 30, 2022, require a minimum wage of $17.75 per hour per Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 unless higher rates are listed. Detailed occupation codes with associated wage rates are provided for various job titles, emphasizing compliance requirements for federal contractors. Additionally, the file lists mandatory benefits, including health and welfare, vacation, and paid sick leave, under Executive Order 13706. These regulations ensure fair compensation and worker protections under federal contracts, also detailing the conformance process for unlisted job classifications, to maintain wage equity and adherence to labor standards. This document is part of the framework guiding RFPs, federal grants, and state/local contracts in relation to labor rights and employment standards, reinforcing the government’s commitment to appropriate remuneration for contracted services.
    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. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $22 million, is set aside for small businesses under NAICS code 561720 and will cover cleaning and maintenance services across various recreational areas, including restrooms, picnic shelters, and playgrounds. The contract's base year is scheduled from April 1, 2025, to March 31, 2026, with options for three additional one-year extensions, and interested contractors must submit their quotes electronically by February 25, 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.
    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.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    IDIQ Mowing and Grounds Services - OZARK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for mowing and grounds maintenance services at various sites within the Ozark Field Office Area of Responsibility. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base performance period from April 1, 2025, to February 28, 2026, with options for two additional years. The services are crucial for maintaining the aesthetic and functional quality of federal properties, reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their quotes by March 21, 2025, following a site visit scheduled for March 12, 2025, and can contact Taylor B. McLain at taylor.b.mclain@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil for further information.
    IDIQ General Maintenance Services, Millwood Lake
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotations for General Maintenance Services at the Millwood Lake Project Office in Ashdown, Arkansas, under a Total Small Business Set-Aside. The contract, identified as W9127S25Q0005, encompasses a range of services including carpentry, plumbing, and electrical work, with a base period extending until February 28, 2026, and an option year through February 28, 2027, featuring a minimum guarantee of $2,500. This opportunity is critical for maintaining the operational integrity of federal recreation facilities, ensuring compliance with safety regulations and quality standards. Interested contractors must submit their quotes by February 25, 2025, and may attend a site visit on January 30, 2025; for further inquiries, they can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil.
    Herbicide Application Services for Tenkiller Lake, OK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services at Tenkiller Lake, Oklahoma. This procurement aims to manage vegetation effectively in the area, ensuring the maintenance of the landscape and promoting ecological health. The services are critical for maintaining the grounds and supporting recreational activities at the lake, which is a vital resource for the community. Interested small businesses are encouraged to review the full solicitation, W912BV25Q0028, available at the provided PIEE link, and may contact Lee Maddox at lee.h.maddox@usace.army.mil or 918-669-4393 for further information.
    Mowing Services for Lake Tenkiller and Webbers Falls, Oklahoma.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors to provide mowing services for Lake Tenkiller and Webbers Falls in Oklahoma. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561730, which pertains to Landscaping Services. The services are essential for maintaining the grounds and ensuring the aesthetic and functional quality of these recreational areas. Interested parties can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or by phone at 918-669-7670, or contact Rudolfo Morales at rudolfo.j.morales@usace.army.mil or 918-669-7275 for further details.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking qualified small businesses for a contract involving the Dredge Material Containment Area (DMCA) and Bird Island mowing and herbicide application for Savannah and Brunswick Harbors in Georgia and South Carolina. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform full mowing and herbicide application in designated areas, with the contract structured as a Firm Fixed Price Award over a five-year period, including one six-month option. This procurement is critical for maintaining the environmental health of the harbors and ensuring compliance with land management practices. Interested parties should prepare for the anticipated solicitation release on or about February 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.
    FY25 Park Mowing Services for Lake Eufaula, OK
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for park mowing services at Lake Eufaula, Oklahoma. This procurement aims to secure landscaping services that will maintain the park's grounds, ensuring a well-kept environment for visitors. The contract is set aside for small businesses, emphasizing the government's commitment to supporting local enterprises in providing essential services. Interested vendors can reach out to Melissa Hyslop at melissa.d.hyslop@usace.army.mil or call 918-669-7670 for further details regarding the solicitation process.
    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 seeking qualified small businesses to provide janitorial services for the Millwood Lake Project Office in Ashdown, Arkansas. The contractor will be responsible for comprehensive park maintenance, including solid waste removal, restroom sanitation, and grounds cleanup, ensuring compliance with health and safety regulations throughout Howard, Hempstead, and Little River counties. This project is crucial for maintaining clean and safe public recreational facilities, with the contract effective from the award date until February 28, 2028, and an option for two additional years. Interested parties must submit their quotes by February 27, 2025, and can contact Jason Graefen at jason.r.graefen@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil for further information.