Lake Barkley O&M Service Contract FY24-28

Agency: DEPT OF DEFENSE
State: Kentucky
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Aug 23, 2023
Due: Sep 6, 2023
Solicitation No: W912P523R0007
Publication URL: To access bid details, please log in.
Follow
Lake Barkley O&M Service Contract FY24-28
Active
Contract Opportunity
Notice ID
W912P523R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT NASHVILLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 23, 2023 01:58 pm CDT
  • Original Published Date: Aug 23, 2023 01:28 pm CDT
  • Updated Response Date: Sep 06, 2023 12:00 pm CDT
  • Original Response Date: Sep 06, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 21, 2023
  • Original Inactive Date: Sep 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Grand Rivers , KY 42045
    USA
Description

The Government is issuing this Sources Sought Notice to determine a competitive basis. This is not a solicitation. No reimbursement will be made for any costs associated with providing information in response to this survey.



This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this notice.



Requirement:



The U.S. Army Corps of Engineers (USACE), Nashville District, anticipates a requirement for a firm fixed-price requirements contract with a base and four (4) option years for Operations and Maintenance Services at Lake Barkley. The Contractor shall furnish all necessary management, supervision, inspection, personnel, materials, supplies, parts, tools, tool related hardware, equipment, transportation, vehicles, and fuel, except as otherwise specified, to perform the operation and maintenance services within the area of responsibility (including drainage area) of Lake Barkley Operation and maintenance services include but are not limited to small construction, grass mowing, janitorial services, and cleaning services. Lake Barkley is located on the Cumberland River in West Kentucky and North Central Tennessee. The areas of work are located in Livingston, Lyon, and Trigg County in Kentucky along with Stewart County in Tennessee. Principle cities in the areas are Kuttawa, Eddyville, and Cadiz in Kentucky along with Dover in Tennessee.





The anticipated NAICS code is 561210; Facilities Support Services, with a small business size standard of $47 million.

The types of work and skill sets for this requirement are as follows:




  1. Grass Mowing and Maintenance of Landscaped Areas: The work shall consist of mowing and trimming grass at designated locations in the various recreation and operational areas. The Contractor shall provide all personnel, materials, supplies, tools, equipment, vehicles and transportation to perform this work within the allotted period.

  2. Cleaning Services: Recreational Facilities and Areas: The work shall consist of cleaning and servicing various areas and facilities to include removal of refuse and litter. The Contractor shall provide all management, personnel, materials, cleaning supplies, chemicals, tools, equipment, light bulbs attached to buildings, vehicles, fuel and transportation necessary to perform this work.

  3. Janitorial Services: The contractor shall be responsible for performing janitorial, cleaning, and litter removal services at the Resource Manager's Office, Transient Quarters, Operations Area and Maintenance Shop. The Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles, and equipment to perform this work.

  4. Facility Repair, Maintenance and Other Non-Routine Work: The Contractor shall provide all qualified personnel, materials, supplies, tools, parts, equipment, vehicles and transportation to perform non-routine construction work that shall be performed in accordance with applicable publications, except as otherwise specified in the solicitation/contract.

  5. Cleaning Services at Primitive Sites: The work shall consist of general litter removal and cleaning services from access areas, launching ramps and primitive camping locations. Except as otherwise specified, the Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles, vessels and equipment required to perform this work.

  6. Herbicide Application: The work shall consist of general herbicide application services for the control and or removal of undesirable plant and weed growth in landscaped and mowing areas, riprap areas and launching ramp applications. The Contractor shall provide certified, registered and/or licensed application personnel and perform work in compliance with all EPA, State, and local laws, rules and regulations. The Contractor shall provide all materials, chemicals, supplies, tools, parts, vehicles, transportation, vessels, and equipment required to perform this work. The Contractor shall be responsible for treatment within designated areas and damage to adjacent areas.

  7. Dumpster Collection Service: The work consists of furnishing all labor, materials, supplies and vehicles to provide dumpster service. The contractor shall provide a front-loading hydraulic garbage compactor vehicle.

  8. Marking and Painting Boundary Line: The Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles, vessels, transportation, and equipment necessary to mark and paint a segment of the Government boundary line.

  9. System Monitoring and Testing: The Contractor shall provide the services required by state law to ensure that environmental operational compliance is maintained. The types of services will include collecting water samples from each of the beach locations and monitoring and testing sand filter wastewater systems.

  10. Beach and Playground Maintenance: The Contractor shall clean the areas of all litter, trash, leaves, drift, rocks, glass, and all other debris.

  11. Pavement Striping and Sealing: The Contractor shall be responsible for the sealing and striping of project roads and parking lots. The Contractor shall provide all supervision, labor, equipment, parts, tools, vehicles, fuels, transportation, barricades, materials, supplies, etc. to perform this work unless otherwise specified in the solicitation/contract.

  12. Maintenance of Navigation Aids: This work shall consist of maintenance, repair, replacement, setting and/or moving of navigation aids on Lake Barkley. The Contractor shall furnish all personnel, materials, supplies, parts, tools, vehicles, vessels, and equipment required to perform this work unless otherwise specified in the solicitation/contract. The Government will provide buoys, anchors, and other navigational aids. In addition, the Government may at its discretion provide a barge and operator.



Market Survey:



The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this notice.



Your response to this survey is requested by Wednesday, September 6, 2023, at 12:00 p.m. Central Standard Time (CST). All information MUST be submitted by e-mail to Contract Specialist Samantha Bedard at Samantha.J.Bedard@usace.army.mil.



1. Name of your firm:





2. CAGE:



3. Point of Contact, Phone number and Email address:





4. Please provide responses to the following:



a) List one (1) contract completed or substantially completed (75%) within the last 10 years valued greater than or equal to $250,000 that demonstrates the contractor’s experience, as a prime contractor or subcontractor, successfully performing grass mowing operations (mowing, trimming and removal of clippings from hard surfaces) utilizing multiple crews to perform mowing operations at multiple geographic areas spanning at least 60 roadway miles.





Project Name:



Contract Number (if applicable):

Year Completed:



Prime Contractor or Sub-Contractor:



Type and percentage of work self-performed (based on contract value):

Dollar Amount:

General Description of project:







b) List one (1) contract completed or substantially completed (75%) within the last 10 years valued greater than or equal to $250,000 that demonstrates the contractor’s experience, as a prime contractor or subcontractor, successfully performing cleaning services including, but not limited to, cleaning restrooms and shower houses, outdoor debris removal, and clearing dust, dirt, cobwebs and other debris from outdoor structures.





Project Name:



Contract Number (if applicable):

Year Completed:



Prime Contractor or Sub-Contractor:



Type and percentage of work self-performed (based on contract value):

Dollar Amount:

General Description of project:









c) List one (1) contract completed or substantially completed (75%) within the last 10 years valued greater than or equal to $100,000 that demonstrates the contractor’s experience, as a prime contractor or subcontractor, successfully performing janitorial-type services in office spaces at more than three (3) locations.





Project Name:



Contract Number (if applicable):

Year Completed:



Prime Contractor or Sub-Contractor:



Type and percentage of work self-performed (based on contract value):

Dollar Amount:

General Description of project:





5. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?





6. If your company is a small business concern, per FAR 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.)



7. If this requirement is advertised, do you anticipate submitting a proposal?





8. Please provide any additional information you feel is necessary.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 801 BROADWAY RM A604
  • NASHVILLE , TN 37203-1070
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...PRISONS Office FMC LEXINGTON Looking for contract opportunity help? (opens in new window) ...

JUSTICE, DEPARTMENT OF

Bid Due: 5/10/2024

...Office FMC LEXINGTON Looking for contract opportunity help? (opens in new window) APEX ...

JUSTICE, DEPARTMENT OF

Bid Due: 5/10/2024

...Office FMC LEXINGTON Looking for contract opportunity help? (opens in new window) APEX ...

JUSTICE, DEPARTMENT OF

Bid Due: 5/10/2024

...PRISONS Office FMC LEXINGTON Looking for contract opportunity help? (opens in new window) ...

JUSTICE, DEPARTMENT OF

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.