Loading...
W912P526QJJ01
Response Deadline
May 6, 2026, 6:00 PM(CDT)5 days
Eligibility
Contract Type
Sources Sought
Request for Information (RFI) for Laurel River Lake Janitorial and Cleaning Services
THIS IS NOT A SOLICITATION, INVITATION FOR BID (IFB), REQUEST FOR QUOTE (RFQ), OR A REQUEST FOR PROPOSAL (RFP).
This is a sources sought/Request for Information (RFI) announcement only. This Sources Sought is for acquisition planning purposes only and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any cost incurred as a result of the announcement shall be borne by the interested party (prospective offeror) and will not be charged to the government for reimbursement.
Respondents will not be notified of the results of any government assessments. This inquiry is strictly for market research purposes only to gather information, and we do not require a pricing quote in response to this Sources Sought/RFI. NO SOLICITATION EXISTS AT THIS TIME.
PURPOSE:
The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualifications; to include the Small Business Community for completing the work effort relative to providing cleaning and janitorial services for Laurel River Lake. Responses to this Sources Sought will be used by the Government in making appropriate acquisition decisions. The Government must ensure there is adequate competition in making appropriate decisions. This acquisition is anticipated to be a total small business set-aside.
Location: Laurel River Lake, London, Kentucky, 40744
Anticipated NAICS code and Size Standard: 561210, Facility Support Services; Size Standard $47 million
SCOPE OF WORK (SUBJECT TO CHANGE):
The Contractor will be responsible for the following activities/items under the proposed contract:
The core responsibilities are divided by location and include:
Cleaning breakdown by locations:
Proposed Work Schedule:
Cleaning season will be from May through 30 September. The proposed schedule is as follows:
Spillway Beach Area: To be cleaned every Monday, Wednesday, Friday, Saturday, and Sunday.
Picnic Area: To be cleaned every Monday, Wednesday, Friday, Saturday, and Sunday
Picnic Area: To be cleaned every Wednesday, Saturday, and Sunday
Tailwaters Area: To be cleaned every Wednesday, Saturday, and Sunday
Administrative and Compliance:
CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT:
Respondents interested in performing the proposed project as a prime contractor should submit a capability statement (NOT A QUOTE OR PRICING INFORMATION) for consideration that includes the following (in A through I):
A. Offeror’s name, address, points of contact with telephone numbers and e-mail addresses.
B. UEI and CAGE Code
C. Are you a small business under this NAICS Code (561210)?
D. Business size/ classification to include any designations (Small Business, HUBZone, 8(a), Women Owned, Service-Disabled Veteran Owned, etc.)
E. A Statement of Capability (SOC) stating your skills, experience, and knowledge to perform the specified type of work as described above. This SOC should be a brief description of your company’s capability. Please include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The potential offerors should provide brief references of relevant work they have performed and the magnitude.
F. Please provide up to three (3) projects of similar scope or size completed within the last five (5) years, with at least one (1) project that is currently substantially complete, that were self-performed as a prime or sub-contractor. Please include the 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, and general description of project.
G. Indicate whether your company will perform the work directly or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your firm may be capable of directly performing.
H. If this requirement is advertised, do you anticipate submitting an offer?
I. Please include any other information that would assist in determining your company’s capability in performing the described scope of work.
SUBMISSION OF CAPABILITY STATEMENT:
Submit this information to Jori Jackson, Contract Specialist, U.S. Army Corps of Engineers via email to jori.l.jackson@usace.army.mil. Your response to this Sources Sought notice must be received by 1:00 PM Central Time on Wednesday, 06 May 2026.
DO NOT SUBMIT PROPIETARY INFORMATION AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPOSNES TO THIS SYSNOPSIS.
As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. This inquiry is strictly for market research purposes to gather information, and we do not require a pricing quote in response to this RFI.
Alison Abernathy
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION GREAT LAKES AND OHIO
ENDIST NASHVILLE
W072 ENDIST NASHVILLE
W072 ENDIST NASHVILLE
KO CONTRACTING DIVISION
801 BROADWAY RM A604
NASHVILLE, TN, 37203-1070
NAICS
Facilities Support Services
PSC
HOUSEKEEPING- CUSTODIAL JANITORIAL
Set-Aside
Total Small Business Set-Aside (FAR 19.5)