SOURCES SOUGHT
S -- Cordell Hull O&M Requirements
- Notice Date
- 5/22/2025 10:04:17 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P525CORD
- Response Due
- 6/5/2025 11:00:00 AM
- Archive Date
- 06/20/2025
- Point of Contact
- Jori Cox, Phone: 6157365538, BRIDGET PASSATORE, Phone: 6157367854
- E-Mail Address
-
jori.l.cox@usace.army.mil, bridget.l.passatore@usace.army.mil
(jori.l.cox@usace.army.mil, bridget.l.passatore@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. The 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 Cordell Hull Resource. The Contractor shall furnish all necessary management, supervision, inspection, personnel, materials, supplies, parts, tools, tool related hardware, equipment, transportation, vehicles, and fuel required to perform mowing, cleaning, janitorial, and other maintenance services at Cordell Hull recreation areas. Cordell Hull Lake is located on the Cumberland River in middle Tennessee about 60 miles east of Nashville. The areas of work are located within Smith, Jackson, and Clay counties in Tennessee. Principal cities in the area are Carthage and Gainesboro, Tennessee. The dam is located at river mile 313.5, about five miles upstream of the city of Carthage, Tenn. At normal summer pool (elevation 504.00) the 67.3-mile-long lake with its 381 miles of shoreline contains 11,960 surface acres of water. Total storage capacity at maximum pool (Elevation 508.00) is 13,920 acres. Cordell Hull Lake has a total of 28,791 acres of land and water. The anticipated NAICS code is 561210; Facilities Support Services, with a small business size standard of $47 million. SCOPE OF WORK Grass Mowing, Trimming and Maintenance of Landscaped Areas The work shall consist of mowing and trimming grass and other vegetation to the water's edge regardless of lake level 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. Hebraicizing- With the COR�s prior approval, some areas such as trees, shrubs, posts, campsites, picnic sites, playgrounds, guardrails, fences, road shoulders, roadways, curbing, sidewalks, gravel parking areas, or parking lot cracks may have herbicide applied to control vegetation (at no additional cost to the Government) in lieu of weeding or trimming. After herbicide application is complete and kill is thorough, these areas shall be mowed, trimmed and/or weeded to remove unsightly dead grass. Additional Plantings- The installation of additional landscaped areas or minor planting or removal landscape plants (including grass areas) during the contract period shall not be grounds for the contractor to request a modification of mowing/trimming prices. Cleaning Services of Recreational Facilities and Areas The work shall consist of cleaning and servicing public use areas and facilities at various recreation and operational areas and removal of refuse and litter from the Cordell Hull Lake Project. The use of any nonstandard methods or practices or any deviation from the following specifications, or the use of any materials (i.e., chemicals, cleaning compounds, etc.) in a manner contrary to manufacturer's specifications, must receive prior approval of the COR. The Contractor shall provide all management, personnel, materials, cleaning supplies, chemicals, tools, equipment, light bulbs (except in light fixtures which are not attached to a building), vehicles, fuel, and transportation necessary to perform this work. Areas of Service Restrooms and Washhouses Picnic Shelters Litter: Operations, Dam site & Visitor Center Area Grounds Litter: Campgrounds (Defeated Creek Campground and Salt Lick Campground) Litter: Day Use Recreation Areas (Defeated Creek Recreation Area Day Use, Wartrace Recreation Area and Roaring River Recreation Area) Litter: Public Access Areas (Remotes) Janitorial Services The Contractor shall be responsible for performing janitorial, cleaning, and litter removal services at the Resource Manager�s /Visitors Center, Operations Maintenance Area, Power Plant, and Lock Facilities. The Contractor shall provide all personnel, materials, supplies (including light bulbs, air filters, wall mounted soap dispensers, and soap refills), CDC recommended disinfectants, tools, parts, vehicles, and equipment to perform this work. NOTE: Power Plant Facilities will provide their own materials and supplies under this contract. Areas of Services Resource office/Visitor�s Center area Shop and Operations area Cordell Hull Powerplant Lock Facilities 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 herein. Various Service or Construction Occupation Codes includes: Emergency Work Non-Routine Work Herbicide Application The work shall consist of general herbicide and insecticide application services for the control and/or removal of undesirable plant and weed growth in landscaped areas, riprap areas, and other operational areas as well as control of pests within offices, powerplant, fee booths, and other recreational facilities. Trees, shrubs, posts, campsites, picnic sites, piezometers, guardrails, parking areas, landscaped shrub areas, planters, and playgrounds are excluded from separate herbicidal payment. Optional treatment of those items is included with the bid price of the mowing section of this contract per C-2. Except as otherwise specified herein, the contractor shall provide all qualified and/or certified supervision, personnel, materials, chemicals, supplies, tools, parts, vehicles, fuel, transportation, vessels, and equipment required to perform this work. 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 to remove litter and waste to State approved landfills. Beach and Playground Maintenance Unless otherwise specified herein, the Contractor shall provide all personnel, materials, supplies, parts, tools, vehicles, fuel, vessels, equipment, and transportation required to maintain developed swimming beaches, provide swimming area water testing and services required for the operation and maintenance of subsurface sand filter sewer systems. Exposed playground areas shall be raked to redistribute impact material, fill holes, eroded areas, and cleaned to keep the area free of all litter, trash, leaves, limbs, driftwood, rocks, glass, and other debris. Septic Tanks, Sand Filter Systems, and Portable Tanks The contractor shall provide all personnel, materials, supplies, parts, tools, vehicles, fuel, vessels, equipment, and transportation required for services required for the operation and maintenance of sub-surface septic tanks and sand filter sewer systems. Downstream Remote Area Maintenance This work shall consist of mowing and cleaning of two remote sites outside the Cordell Hull project; however, Cordell Hull Resource does provide operational and maintenance oversight under this contract. Carthage mowing/litter maintenance Rome mowing/litter maintenance Recurring Services As designated by COR the Contractor will perform individually, or a combination of, services as requested. Unless otherwise specified herein, the Contractor shall provide all personnel, materials, supplies, parts, tools, vehicles, fuel, vessels, equipment, and transportation required to accomplish maintenance tasks. Contractor will provide Horse Trail Maintenance, Boundary Line, Roadway painting, stripping, re-stripping or sealing, and floor stripping and waxing. 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 elimination 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 Thursday, June 5th, 2025, at 1:00 p.m. Central Standard Time (CST). All information MUST be submitted by e-mail to Contract Specialist Jori Cox at Jori.L.Cox@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 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 within the last 10 years valued greater than or equal to $250,000 that demonstrates the contactor�s experience, as a prime contractor or subcontractor, successfully performing cleaning services including, but no limited to, cleaning restrooms and shower houses, outdoor debris removal, and clearing dust, dirt, 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 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 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 561210? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)? 6. If this requirement is advertised, do you anticipate submitting a proposal? 7. Please provide any additional information you feel is necessary. Again, your response to this survey is requested by Thursday, June 5th, 2025, at 1:00 p.m. Central Standard Time (CST). All information MUST be submitted by e-mail to Contract Specialist Jori Cox at Jori.L.Cox@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/135f2dd80d1e446e96921d8949f5611b/view)
- Place of Performance
- Address: Carthage, TN 37030, USA
- Zip Code: 37030
- Country: USA
- Zip Code: 37030
- Record
- SN07454204-F 20250524/250522230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |