Opportunity

SAM #W912P526QJJ01

Janitorial and Cleaning Services Sought for Laurel River Lake Recreation Areas

Buyer

Nashville District, USACE

Posted

April 30, 2026

Respond By

May 06, 2026

Identifier

W912P526QJJ01

NAICS

561720, 561210

This opportunity seeks janitorial and cleaning services for federal recreation areas at Laurel River Lake in Kentucky. - Government Buyer: - U.S. Army Corps of Engineers, Nashville District (DEPT OF DEFENSE, DEPT OF THE ARMY, US ARMY CORPS OF ENGINEERS, ENGINEER DIVISION GREAT LAKES AND OHIO, ENDIST NASHVILLE) - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Janitorial and cleaning services for public use areas at Laurel River Lake - Cleaning and disinfecting restrooms (vault toilets and comfort stations) - Litter and debris removal from mowed/wooded areas, paths, picnic sites, roads, and parking lots - Servicing trash receptacles - Cleaning playground areas and equipment - Contractor must furnish most supplies and equipment (vehicles, tools, consumables like toilet paper, soap, trash bags) - Documentation requirements include: - Quality Control Plan - Accident Prevention Plan - Personnel lists and emergency contacts - Insurance certificates - Unique/Notable Requirements: - Contractor must provide all necessary cleaning supplies and equipment - Work covers multiple locations within the Laurel River Lake area (Spillway Beach Area, Picnic Area, Tailwaters Area) - Anticipated as a total small business set-aside under NAICS 561210 (Facility Support Services) - This is a sources sought/market research RFI, not a formal solicitation

Description

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 U.S Army Corps of Engineers (USACE), Nashville District, anticipates a requirement for a firm fixed-price contract for janitorial and cleaning services at Laurel River Lake (LRL) and pre-identified locations within the LRL areas of responsibility. The work to be performed at LRL under this contract will be performed near London, Kentucky at or around the Laurel Beach/parking area, Laurel picnic area, and the Tailwaters area.

The Contractor will be responsible for the following activities/items under the proposed contract:

The core responsibilities are divided by location and include:

Cleaning Restrooms: This includes cleaning and disinfecting vault toilets and flush-toilet comfort stations. The contractor must ensure they are stocked with supplies like toilet paper and soap. Litter and Debris Removal: Picking up all trash, debris, and animal carcasses from mowed areas, wooded areas (up to 20 feet from cleared areas), paths, picnic sites, roads, and parking lots. Trash Receptacle Service: Emptying all trash receptacles, cleaning them, applying disinfectants, and replacing liners. Playground areas and equipment: clean the area around the volleyball court, playground equipment and horseshoe pits to keep free of trash and debris such as broken glass, cans, and bottles.

Cleaning breakdown by locations:

Spillway Beach Area includes the beach area, overlook, overlook restroom/vault toilets, gravel path from Hwy. 1193 to Fishing area and associated parking areas, and removal of refuse and litter from Laurel River Lake. Picnic Area includes cleaning and servicing public use areas and facilities at the Laurel River Dam Picnic area and removal of refuse from Laurel River Lake. Tailwaters Area includes cleaning and servicing public use areas and facilities at the Laurel River Dam and picnic area.

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.

Vault toilets, litter removal, refuse removal and cleaning receptacles emptied, and overlook gazebo cleaning.

Picnic Area: To be cleaned every Monday, Wednesday, Friday, Saturday, and Sunday

Comfort stations

Picnic Area: To be cleaned every Wednesday, Saturday, and Sunday

Litter removal, refuse removal and cleaning receptacles, the playground area, and playground equipment

Tailwaters Area: To be cleaned every Wednesday, Saturday, and Sunday

Comfort stations, litter removal, and refuse removal and cleaning receptacles Equipment and Supplies: The contractor must furnish most supplies and equipment, including vehicles, tools, and dispensable items like toilet paper, soap, and trash bags and any other supplies necessary to accomplish all required services.

Administrative and Compliance:

Documentation and Reporting: The contractor is required to submit several documents, including a Quality Control Plan, an Accident Prevention Plan (APP), a list of personnel and emergency contacts, and a certificate of insurance.

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.

View original listing