Sources Sought - Albeni Falls Dam Grounds Maintenance
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 Department of the Army, U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting proposals for a Firm Fixed-Price (FFP) non-personal services contract for Grounds Maintenance at the Albeni Falls Dam Project in Oldtown, ID. This acquisition is a Total Small Business Set-Aside. The contractor will provide all necessary personnel, equipment, and supplies to maintain the project facilities. Quotes are due by February 25, 2026, at 12:00 p.m. PST.
Scope of Work
The contract requires comprehensive grounds maintenance services across the Albeni Falls Dam Project, including the powerplant, campgrounds, and day-use areas (Albeni Cove, Priest River, Riley Creek, Springy Point, and Trestle Creek Recreation Areas). Key services include:
- Basic Services: Mowing (maintaining grass height between 3-4 inches), edging, trimming, raking, sweeping, and debris/litter removal.
- Seasonal Tasks: Spring cleanup to remove winter accumulations.
- Specialized Maintenance: Care for trees, shrubs, and flower beds, including weeding and pruning.
- Waste Management: Collection and disposal of all collected debris and waste at a legal dump site.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: A base year from March 23, 2026, to September 27, 2026, with four subsequent option years, extending the potential performance through September 2030.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 561730 (Landscaping Services), with a size standard of $9.5 million.
Submission & Evaluation
Quotes must be submitted via email to whitny.hart@usace.army.mil. Emailed files should not exceed 8 MB per email, with oversized quotes allowed in multiple emails. Quotes must remain valid for 60 days. The Government will award to the responsible offeror with the lowest price that is found acceptable based on the Past Performance evaluation factor. Required Submittals:
- Signed SF 1449 and SF 30 (if applicable).
- Completed pricing information.
- Completed Past Performance Questionnaire(s) (PPQ) or CPARS record.
Key Requirements & Notes
- Contractors must be registered in the System for Award Management (SAM).
- A Quality Control Program must be maintained by the Contractor, with Government Quality Assurance conducted per the Quality Assurance Surveillance Plan (QASP).
- Performance standards include minimum acceptable service levels of 90% for most tasks and 100% for mowing.
- The requirement for Cybersecurity Maturity Model Certification (CMMC) Level 1 has been removed by Amendment 0003.
- The "Limitations on Subcontracting" clause (FAR 52.219-14) applies.
- Contact: Whitny Hart, whitny.hart@usace.army.mil, 206-316-3937.