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 (USACE), Rock Island District, has issued a Solicitation for Custodial and Minor Maintenance Services at Acorn Valley and Cherry Glen Campgrounds within the Saylorville Lake Project in Johnston, IA. This is a Total Small Business Set-Aside opportunity. Proposals are due by February 12, 2026, at 10:00 AM CST.
Scope of Work
The contractor shall provide all labor, materials, supplies, transportation, and equipment to perform comprehensive custodial and minor maintenance duties. Services cover various recreation facilities, including campgrounds, picnic areas, boat ramps, beaches, comfort stations, and shower buildings. Specific tasks include daily primary cleaning, evening spot checks, litter and refuse pickup, and cleaning of public restroom facilities. Services are required during the recreational seasons, approximately April 11 to October 15 for Cherry Glen and April 28 to October 15 for Acorn Valley.
Contract Details
- Type: Firm Fixed Price Solicitation (RFQ)
- Duration: Base Year (April 11, 2026 - April 10, 2027) plus two one-year option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561720 - Janitorial Services, with a $22 Million Small Business Size Standard.
- Place of Performance: Saylorville Lake Project, Johnston, IA.
Key Requirements & Clarifications
- A minimum of two workers per park is required, totaling four workers for both campgrounds.
- A "Live on Site" requirement is in place; the contractor team will be the sole occupants of their designated campsite. Government-provided RV sites (two per campground) are available at no cost.
- Government will supply cleaners, disinfectants, soap, toilet paper, trash can liners, and pest control sprays. The contractor is responsible for providing equipment such as brooms, leaf blowers, and mops.
- Mandatory pre-work training conference.
- Contractors must provide an Accident Prevention Plan, Contingency Plan, and Quality Control Plan.
- Adherence to Wage Determination WD 2015-4983 REV27 for Iowa counties is required.
- Compliance with Antiterrorism (AT) and Operations Security (OPSEC) requirements, including background checks, is mandatory.
Submission & Evaluation
- Offerors must complete and sign specific blocks on the SF1449 form and include Offeror Representations and Certifications (Clause 52.212-3).
- Contractors must be registered in the System for Award Management (SAM.gov) prior to award.
- Responses are to be submitted via email to contract specialist Jake Anderson (jake.t.anderson@usace.army.mil), with the solicitation number in the subject line.
- Award will be made to the responsive, responsible vendor offering the lowest price.
Deadlines & Contacts
- Proposals Due: February 12, 2026, at 10:00 AM CST.
- Questions Due: February 3, 2026, at 2:00 PM CST (via email to Jake Anderson).
- Site Visits: Permitted; coordinate with Mr. Phillip Rustad (Phillip.d.rustad@usace.army.mil) and CC Jake Anderson.
- Primary Contact: Jake Anderson, jake.t.anderson@usace.army.mil, 309-794-6131.