Albeni Falls Dam Grounds Maintenance
ID: W912DW25Q0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15) (EDWOSB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for grounds maintenance services at the Albeni Falls Dam in Oldtown, Idaho. This contract, designated for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), aims to ensure the maintenance and enhancement of public recreational areas through effective landscaping services, including mowing, trimming, and debris removal. The contract is crucial for maintaining a safe and enjoyable environment for the public while adhering to environmental protection standards. Interested contractors must submit their quotes and past performance questionnaires by the specified deadlines, with inquiries directed to Londres Medranda or Camilla Allen via email. The contract is set to commence in March 2025 and spans five years, emphasizing the government's commitment to supporting small businesses in federal procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for Grounds Maintenance at the Albeni Falls Dam Project, focusing on enhancing public recreational areas through effective landscaping services. The Contractor is responsible for providing all necessary personnel, equipment, and supplies to maintain grounds around the powerplant and related recreational areas, including mowing, trimming, raking, and debris removal. Emphasis is placed on environmental protection and quality control, with a structured approach to ensure works meet contractual standards and safeguarding of government property. The contract spans five years, starting from March 2025, with defined performance standards for mowing and maintenance tasks evidenced by a quality assurance surveillance plan. The Contractor is tasked with adhering to safety regulations and providing periodic reports to a designated Contracting Officer Representative (COR) to maintain transparency and performance evaluation. Additionally, the importance of protecting historical and ecological resources is noted, mandating compliance with local, state, and federal regulations. This comprehensive PWS indicates the government's commitment to maintaining the Albeni Falls Dam recreational facilities for public enjoyment while ensuring careful fiscal and environmental oversight.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for evaluating the performance of the grounds maintenance contract at Albeni Falls Dam. It details the monitoring objectives, methods, and responsible parties, including a Contracting Officer (KO) and Contracting Officer’s Representative (COR). The document emphasizes that the contractor is accountable for quality management, while the Government must conduct objective evaluations. Performance standards and acceptable quality levels (AQL) dictate contractor assessments, with specific metrics for tasks like mowing, edging, and raking. Surveillance will be executed through random assessments, and performance ratings will range from exceptional to unsatisfactory. The QASP mandates documentation of both acceptable and unacceptable performance, with corrective action plans required when issues arise. Regular performance assessments are conducted monthly, with requirements for written reports. The living nature of the document allows for periodic updates, coordinated with the contractor, ensuring continued relevance and enforceability. This comprehensive structure is intended to maintain high standards for contracted services and safeguard the Government's interests.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) serves as a structured form for contractors involved in federal projects to report on their performance. It outlines essential information including contractor details, project specifics, contractual obligations, and an assessment of the work performed. Participants, including clients, are required to evaluate the contractor's performance across several categories: quality, schedule adherence, customer satisfaction, management efficacy, financial management, safety, and general responsiveness. Each evaluation uses a rating scale ranging from Exceptional to Unsatisfactory. The document emphasizes the importance of performance feedback for ensuring accountability and assisting in future procurement decisions. Clients are encouraged to submit completed questionnaires directly to the offeror or to USACE, with the government reserving the right to verify the provided information. This questionnaire is a crucial tool in the context of government RFPs and grants, facilitating informed decision-making for awarding contracts or grants based on demonstrated past performance.
    This document is an amendment to a solicitation associated with contract ID W912DW25Q0011, issued by the USA Engineer District, Seattle. The primary purpose of the amendment is to address a contractor's inquiry regarding site visit availability. The response indicates that site visits can be requested via email by February 7, 2025, and will be scheduled based on the request received. There is no pre-set site visit scheduled. All other terms and conditions of the initial solicitation remain intact without further modifications. The amendment also specifies the necessary acknowledgment procedures that contractors must follow to confirm receipt, asserting that failure to do so might lead to rejection of their offers. This document emphasizes the importance of clear communication and compliance within the context of federal procurement processes.
    The document outlines solicitation W912DW25Q0011 for grounds maintenance services at various recreation areas associated with the Albeni Falls Dam in Idaho. The solicitation specifically targets certified Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns, and is set as a firm fixed-price contract under Federal Acquisition Regulation (FAR) guidelines. It details the requirement for bidders to provide qualified management, tools, and labor to conduct various maintenance activities, including mowing and debris removal, within specified performance periods from March to September 2025, with options for subsequent years. Key specifications include submission guidelines for quotes, mandatory registration in the System for Award Management (SAM), and insurance requirements related to the contract. The government seeks the lowest-priced acceptable quote based on past performance and adherence to the terms. Additionally, submissions must include pertinent identification details and past performance questionnaires. This solicitation reflects the government’s focus on supporting small businesses, particularly those owned by women, while ensuring compliance with federal regulations in acquiring essential maintenance services for public lands.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Mowing Services for Lake Tenkiller and Webbers Falls, Oklahoma.
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking bids for mowing services at Lake Tenkiller and Webbers Falls in Oklahoma. The procurement involves a Firm-Fixed Price contract for one base period and four optional periods, aimed at maintaining the landscaping and grounds of these recreational areas. This service is crucial for ensuring the upkeep and aesthetic appeal of the parks, which are vital for public enjoyment and environmental management. Interested small businesses must submit their bids by monitoring the PIEE website for the Invitation for Bid (IFB), anticipated to be issued around March 20, 2025, and can contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or Rudolfo Morales at rudolfo.j.morales@usace.army.mil for further inquiries.
    W911SA25QA033 Ground Maintenance Services for ID017 (Hayden, ID)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Ground Maintenance Services at the Army Reserve Facility ID017 located in Hayden, Idaho. The contractor will be responsible for providing all necessary labor, transportation, equipment, materials, and supervision to perform monthly grounds maintenance services, adhering to the Performance Work Statement (PWS) and all applicable laws and regulations. This contract, which is set aside for small businesses, spans an active performance period of eight months from May through November, with specific tasks including mowing, trimming, and seasonal clean-up activities. Interested contractors can reach out to Crystal Johnson at crystal.j.johnson27.civ@army.mil or Shannon Baker at shannon.a.baker2.civ@army.mil for further details, with proposals due by the specified deadline in the solicitation documents.
    FY25 Park Mowing Services for Lake Eufaula, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking bids for Park Mowing Services at Lake Eufaula, Oklahoma. The procurement involves a Firm-Fixed Price contract for one base period and four option periods, with a focus on providing landscaping services as outlined in the solicitation. This contract is crucial for maintaining the park's grounds and ensuring a pleasant environment for visitors, with a total small business set-aside to encourage participation from smaller firms. Interested contractors must submit their bids by monitoring the PIEE website for updates, with an anticipated award date around March 20, 2025. For further inquiries, contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or call 918-669-7670.
    Site Stewardship IDIQ at Albeni Falls Dam
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking information from qualified firms regarding a forthcoming contract for professional cultural resource management services at the Albeni Falls Dam in Idaho. The primary objective of this Firm Fixed Price contract is to ensure compliance with the National Historic Preservation Act (NHPA) and the associated Systemwide Programmatic Agreement, focusing on the management of Historic Properties of Religious and Cultural Significance to Indian Tribes. This opportunity is particularly significant for the four tribes affiliated with the project, as it aims to facilitate their participation in preserving culturally important sites. Interested parties must submit a one-page capabilities statement by 12 PM PST on February 14, 2025, to Alfonso Nolasco at alfonso.nolasco@usace.army.mil, with the anticipated award date set for April 1, 2025.
    Albeni Falls Dam (AFD) Idaho Pollutant Discharge Elimination System (IPDES)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking an accredited laboratory to provide analytical services for the Idaho Pollutant Discharge Elimination System (IPDES) permit compliance at the Albeni Falls Dam in Oldtown, Idaho. The laboratory will be responsible for analyzing water samples for specific pollutants, including Oil and Grease, Polychlorinated Biphenyls (PCBs), Total Suspended Solids, Chemical Oxygen Demand, and Total Organic Carbon, ensuring adherence to established quality and accreditation standards. This procurement is crucial for maintaining water quality and human health in compliance with environmental regulations. Interested contractors must submit their proposals by 10:00 AM on January 29, 2025, with the contract expected to commence on February 14, 2025, and run for one year, with options for four additional years. For further inquiries, potential bidders can contact Xuejiao Sun at xuejiao.sun@usace.army.mil or Scott Britt at scotty.w.britt@usace.army.mil.
    Boundary Maintenance Services, East Brimfield Dam, Sturbridge, Brimfield, and Holland, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking contractors for Boundary Maintenance Services at the East Brimfield Dam, located in Sturbridge, Brimfield, and Holland, Massachusetts. The primary objective of this procurement is to provide comprehensive boundary maintenance, which includes identifying, clearing, and marking the U.S. Army Corps of Engineers (USACE) Fee Property Boundary, while documenting findings such as missing or damaged monuments and encroachments with photographic evidence. This service is crucial for maintaining the integrity of USACE property lines and ensuring compliance with federal regulations. The solicitation is set to be released on or about February 18, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    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.
    Grounds Maintenance Services for WA104, Marysville, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Grounds Maintenance Services at the Army Reserve facility WA104 in Marysville, Washington. The contract will cover a performance period from March 1, 2025, to February 28, 2026, with the possibility of four additional option years and a six-month extension, focusing on routine maintenance tasks such as mowing, fertilization, weed control, and seasonal clean-ups. This procurement is particularly significant as it aims to promote opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is valued at approximately $9.5 million. Interested contractors must submit their quotes, including all required documentation, to Kayla Christian at kayla.j.christian.civ@army.mil by the specified deadline, with written questions due by 10:00 AM CST on January 31, 2025.
    Total Dissolved Gas and Temperature Monitoring Program (TDG)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting quotes for a Total Dissolved Gas (TDG) and Temperature Monitoring Program, specifically aimed at calibrating and maintaining government-owned TDG and temperature probes at Chief Joseph Dam in Washington, Libby Dam in Montana, and Albeni Falls Dam in Idaho. The contractor will also assist in deploying equipment for water quality research studies, ensuring compliance with environmental monitoring standards. This opportunity is exclusively available for small businesses under NAICS code 541620, with proposals due by 2:00 PM PST on February 21, 2025, and the contract expected to commence on March 1, 2025, with options extending up to three years. Interested contractors should contact Tyler Luke at tyler.j.luke@usace.army.mil or Brett Vegeto at brett.s.vegeto@usace.army.mil for further details.
    Waurika Lake Maintenace Contract for Mowing Services
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Waurika Lake Maintenance Contract, specifically for mowing services. This contract is set aside for small businesses and falls under the NAICS code 561730, which pertains to Landscaping Services. The maintenance of Waurika Lake is crucial for ensuring the upkeep of the grounds and enhancing the recreational experience for visitors. Interested bidders should note that the bid submission deadline has been extended to February 14, 2025, at 2:00 PM, and they can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or by phone at 918-669-7078 for further inquiries.