Sugar Bottom Park Custodian, Coralville, Iowa

SOL #: W912EK26RA010Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST ROCK ISLAND
ROCK ISLAND, IL, 61299-5001, United States

Place of Performance

Coralville, IA

NAICS

Janitorial Services (561720)

PSC

Custodial Janitorial Services (S201)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 30, 2025
2
Last Updated
Feb 9, 2026
3
Response Deadline
Jan 9, 2026, 4:00 PM

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, is soliciting quotes for custodial services at the Sugar Bottom Recreation Area within the Coralville Lake Project in Iowa. This requirement is a Total Small Business Set-Aside to ensure the maintenance of campgrounds, day-use areas, and trails. Amendment 001 was recently issued to correct the Scope of Work and extend the response deadline to February 12, 2026.

Scope of Work

The contractor shall provide all labor, materials, transportation, and equipment to perform comprehensive custodial services. Key tasks include:

  • Cleaning and maintaining restrooms, showers, comfort stations, and picnic shelters.
  • Servicing campsites, grills, drinking fountains, and fish cleaning stations.
  • Daily refuse pickup and litter removal across the Sugar Bottom Campground, Group Campground, Day Use Area, Cedar Valley Trail, and Mehaffey Boat Ramp.
  • Adherence to green cleaning practices using non-toxic, biodegradable products.

Contract & Timeline

  • Type: Firm Fixed-Price.
  • Duration: Base Year (April 20 – Sept 30, 2026) plus two one-year options (2027 and 2028).
  • Set-Aside: Total Small Business (NAICS 561720, $22M size standard).
  • Response Due: February 12, 2026, at 10:00 AM CST.
  • Place of Performance: Coralville, IA.

Submission & Evaluation

Offerors must submit a completed SF1449, the Schedule of Prices (CLINs) for the base and all option periods, and necessary representations/certifications. Quotes may be emailed to Jake Anderson at jake.t.anderson@usace.army.mil. Vendors must be active in SAM.gov prior to award. A site visit can be scheduled through the Project Office at (319) 338-3543.

Additional Notes

Prevailing Wage Rates (WD 2015-4983) apply. The government provides an RV site with utilities for the contractor's use during the performance period, though the contractor must provide their own self-contained RV.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Feb 9, 2026
View
Version 3
Solicitation
Posted: Jan 29, 2026
View
Version 2
Solicitation
Posted: Jan 13, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 30, 2025