Acorn Valley and Cherry Glen Custodian, Saylorville Lake Iowa
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Rock Island District, is soliciting proposals for custodial and minor maintenance services at the Acorn Valley and Cherry Glen Campgrounds within the Saylorville Lake Project in Johnston, Iowa. This Total Small Business Set-Aside opportunity requires contractors to provide all labor, materials, and equipment for daily operations during the recreational seasons. Proposals are due February 6, 2026, at 10:00 AM CST.
Scope of Work
The contractor will perform comprehensive custodial and minor maintenance duties across various recreation facilities, including campgrounds, picnic areas, boat ramps, and beaches. Specific tasks encompass primary cleaning, evening spot checks, litter and refuse pickup, and cleaning of comfort stations, shower buildings (e.g., Cherry Glen: two 1300 sq. ft. shower buildings, two 700 sq. ft. comfort stations; Acorn Valley: three 1000 sq. ft. shower buildings), playgrounds, and campsites. Services are required daily, including weekends and federal holidays, for the recreational seasons of 2026, 2027, and 2028.
Contract Details
- Contract Type: Firm Fixed Price Solicitation
- Duration: One Base Year (2026 recreational season) and two Option Years (2027, 2028 recreational seasons).
- Cherry Glen: April 11 - October 15 annually.
- Acorn Valley: April 28 - October 15 annually.
- NAICS Code: 561720 - Janitorial Services
- Size Standard: $22 Million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
Key Requirements & Special Conditions
- Staffing: A minimum of two workers per park is required, totaling four workers for both campgrounds.
- On-Site Residency: The contractor team must "Live on Site" in self-contained RVs. The government will provide two designated RV sites per campground at no cost.
- Supplies: Government-supplied items (cleaners, disinfectants, toilet paper, trash liners, pest control) are available for pickup on Tuesdays and Thursdays. Contractors must provide their own equipment (e.g., brooms, leaf blowers, mops).
- Compliance: Adherence to the Service Contract Act Wage Determination for Iowa counties is mandatory. Contractors must also submit Accident Prevention, Contingency, and Quality Control Plans.
- Security: Antiterrorism (AT) and Operations Security (OPSEC) requirements, including background checks, apply.
Submission & Evaluation
- Proposal Due Date: February 6, 2026, 10:00 AM CST.
- Submission Method: Via email to Contract Specialist Jake Anderson (jake.t.anderson@usace.army.mil).
- Site Visits: Permitted and encouraged; coordinate with Phillip Rustad (CC Jake Anderson).
- Questions: The deadline for clarifying questions was February 3, 2026, 2:00 PM CST.
- Evaluation: Award will be made to the responsive, responsible vendor offering the lowest price.
- Registration: Offerors must be registered in SAM.gov and complete SF1449 blocks and Offeror Representations and Certifications.
Contact Information
- Primary Contact: Jake Anderson (jake.t.anderson@usace.army.mil, 309-794-6131)