Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2025 SAM #8656
SOURCES SOUGHT

S -- USACE LRN - J. Percy Priest O & M Requirements Contract FY26-31

Notice Date
8/6/2025 8:33:16 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
W912P525R0JPR
 
Response Due
8/20/2025 10:00:00 AM
 
Archive Date
09/04/2025
 
Point of Contact
Cierra Vega, Phone: 6157367976, Scott Ellis, Phone: 6157365632
 
E-Mail Address
cierra.r.vega@usace.army.mil, Robert.S.Ellis@usace.army.mil
(cierra.r.vega@usace.army.mil, Robert.S.Ellis@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. This survey is for market research purposes only. Only contractors capable of performing this type of work should respond to this notice. Requirements: The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a requirement for a firm fixed-price requirements contract with a base and four (4) option years for operation and maintenance services at J. Percy Priest Lake. J. Percy Priest Lake is located on the Stones River, 14 miles east of Nashville, Tennessee. The areas of work are in Davidson, Rutherford and Wilson counties of Tennessee. Principal cities in the areas are Nashville, LaVergne and Smyrna 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 not all encompassing but are anticipated to be as follows: 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. � 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. � Janitorial Services: The Contractor shall be responsible for performing janitorial, cleaning, and litter removal services at the Visitor Center/Resource Office, Contracting Office/Maintenance Compound, and Regulatory Office. The Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles, and equipment to perform this work. � Non-Routine Service Work: The Contractor shall provide all qualified personnel, materials, supplies, tools, parts, equipment, vehicles and transportation to perform non-routine service work that shall be performed in accordance with applicable publications, except as otherwise specified in the solicitation/contract. � Herbicide Application: The work shall consist of general herbicide application services for the control and/or removal of undesirable plant and weed growth in road easements, utility easements, mowing areas, riprap areas, and launching ramps. � Pesticide Application: The work shall consist of general pesticide/insecticide application services. Services will be for the control and or removal of undesirable rodents, insects, and arachnids (spiders/scorpions). � 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. Where dumpster services cannot be obtained, the use of a utility-type covered trailer with 3 ft. sides may be authorized by the COR. � 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. The Government will provide a set of real estate segment maps covering the work area, boundary line signs, posts, and any necessary pins and monuments. � Beach Water Testing: The Contractor shall provide all qualified personnel, materials, supplies, tools, parts, equipment, vehicles, transportation, and lab services to collect and analyze water samples from swimming beaches. � Beach and Playground Maintenance: The Contractor shall provide routine beach maintenance and routine playground maintenance. � Maintenance of Navigation Aids: This work shall consist of maintenance, repair, replacement, setting, moving, or disposal of navigation aids on J. Percy Priest Lake. The navigation system currently consists of approximately 202 buoys of various types, including informational, nuns, cans, restricted, and danger types. Unless otherwise specified herein, the Contractor shall furnish all personnel, materials, supplies, parts, tools, vehicles, vessels, and equipment required to perform this work. The Government shall provide buoys, anchors, and other navigational aids. � Sewage Holding Tanks: The Contractor shall be responsible for the pumping of all holding tanks and pump stations as needed during the recreation season. The Contractor shall pump all septic tanks on the project at the end of each recreation season. The waste must be disposed of at an approved site in accordance with applicable codes and regulations. Note: as stated above, this list of anticipated services under this contract is not all encompassing and is subject to change at this time. Further descriptions of work and attachments will be provided when the solicitaiton is posted for advertisement. The new O&M requirements contract for J Percy Priest is anticipated to be commerical in nature. This solicitation is anticipated to be advertised October 2025. Period of performance for this new requirements contract is anticipated as follows: Base Year: March/April 2026 - March/April 2027 Op Yr 1: March/April 2027 - March/April 2028 Op Yr 2: March/April 2028 - March/April 2029 Op Yr 3: March/April 2029 - March/April 2020 Op Yr 4: March/April 2030 - March/April 2031
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2e07ff615f749d789cd49e6da665d52/view)
 
Place of Performance
Address: Nashville, TN 37214, USA
Zip Code: 37214
Country: USA
 
Record
SN07539797-F 20250808/250806230057 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.