Kentucky Bids > Bid Detail

Laurel River Lake Operations and Maintenance Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159103192994764
Posted Date: Mar 9, 2023
Due Date: Mar 17, 2023
Solicitation No: PANGLR-23-P-0000-001902
Source: https://sam.gov/opp/2f8c249042...
Follow
Laurel River Lake Operations and Maintenance Services
Active
Contract Opportunity
Notice ID
PANGLR-23-P-0000-001902
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 09, 2023 03:46 pm CST
  • Original Published Date: Mar 09, 2023 02:50 pm CST
  • Updated Response Date: Mar 17, 2023 05:00 pm CDT
  • Original Response Date: Mar 17, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    London , KY
    USA
Description View Changes

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.



The anticipated NAICS code is 561210; Facilities Support Services, with a small business size standard of $47.0 million.



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 Laurel River Lake.



The Contractor shall furnish all necessary management, supervision, inspection, personnel, materials, supplies, parts, tools, fuel, equipment, vehicles and transportation, except as otherwise provided for herein, required to perform the routine operation and maintenance services within the area of Laurel River Lake Resource Manager's Office and Maintenance Compound, and Laurel Dam and Warehouse Offices, hereafter known as Laurel or Laurel River Lake, including 0.2 miles of the Laurel River downstream from Laurel River Dam.



Operation and maintenance services include but are not limited to grass mowing, janitorial services, and cleaning services. Laurel River Lake is located on Laurel River about 30 miles southeast of Somerset, Kentucky, and due west of Corbin, Kentucky. The area of work is located in Laurel and Whitley counties of Kentucky within the Daniel Boone National Forest and consists of 900 acres on the lower end of the lake operated by the Corps of Engineers. Principal cities in the area are Corbin, London, and Somerset.





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




  1. Grass Mowing and Maintenance of Landscape: The work shall consist of mowing and trimming all grass and other vegetation in designated locations at the various areas at the Laurel River Lake Project. The Contractor shall provide all personnel, materials, supplies, parts, tools, equipment, and vehicles to perform this work. The primary work for this section is grass mowing. Other work such as litter pick-up, weeding, limbing, and trimming activities routinely occur during mowing.

  2. Trail Maintenance: Trail maintenance is to be done in the trail corridor, which is composed of the tread, trailway and the area above up to the height of 8-ft. The trailway includes the area on both sides of the trail 4-ft from the tread centerline. The edges of the trail corridor are the clearing limits. The primary work for this section is trail maintenance. Other work such as litter pick-up, weeding, limbing, and trimming activities routinely occur during trail maintenance.

  3. Cleaning and Janitorial 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

  4. Picnic Area Cleaning: The work shall consist of cleaning and servicing public use areas and facilities at the Laurel River Dam. Picnic Area and removal of refuse and litter from Laurel River Lake. The contractor shall provide all personnel, materials, supplies, parts, tools, Equipment, vehicles and transportation to perform this work





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 Friday, March 17, 2023 at 5:00 p.m. Central Standard Time (CST). All information must be submitted by e-mail to Contract Specialist Alison Abernathy at Alison.T.Abernathy@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.



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
No attachments or links have been added to this opportunity.
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

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >