Sugar Bottom Park Custodian, Coralville, 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 Department of the Army, specifically the U.S. Army Corps of Engineers (USACE), Rock Island District, is soliciting proposals for Park Custodial Services at the Sugar Bottom Recreation Area within the Coralville Lake Project, Iowa. This is a Total Small Business Set-Aside opportunity. The contract will cover a base year and two option years, providing comprehensive cleaning and maintenance services. Offers are due by January 30, 2026, at 1:00 PM CST.
Scope of Work
The Contractor shall provide all labor, materials, supplies, transportation, and equipment for custodial services across various recreation areas. This includes, but is not limited to, Sugar Bottom Campground, Sugar Bottom Group Campground, Sugar Bottom Day Use Area, Cedar Valley Trail, Mehaffey Boat Ramp, Dam Complex, Linder Point, Tailwater East/West, West Overlook Campground, East Overlook Day Use, Veterans Trail, Squire Point Trail, and Turkey Creek Day Use. Tasks involve daily cleaning, refuse pickup, litter removal, and specific cleaning frequencies for buildings, restrooms, comfort stations, picnic shelters, campsites, grills, drinking fountains, outdoor recreation facilities, fish cleaning stations, trailer dump stations, and interpretive displays. Services must adhere to specific performance standards, including green cleaning practices, ensuring facilities are clean, sanitary, and odor-free.
Contract Details
- Contract Type: Firm Fixed Price Solicitation (W912EK26RA010)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561720 - Janitorial Services
- Small Business Size Standard: $22 Million
- Period of Performance:
- Base Year (CLIN 0001): April 20, 2026 – September 30, 2026 (158 days)
- Option Year I (CLIN 0101): April 19, 2027 – September 30, 2027 (158 days)
- Option Year II (CLIN 0201): April 24, 2028 – September 30, 2028 (158 days)
- Place of Performance: Coralville Lake Project, Coralville, IA 52241
- Wage Determination: Prevailing Wage Rates (WD 2015-4983, Revision No. 27 for Johnson and Washington Counties, IA) apply, including Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).
Submission & Evaluation
Offerors must quote on all items and entire quantities for the base period and all options. Required submission documents include the Solicitation Cover Sheet (with CAGE Code, POC, Phone, Email), the first page of the solicitation (with offeror's mailing address, phone, name, title, signature), and the completed Schedule of Prices (CLINs). Costs associated with security clauses 2(b) and 15 of the PWS must be included in pricing. Vendors must be actively registered in SAM.gov prior to submitting an offer and provide their CAGE Code. Offers not complying with the Schedule of Prices will be rejected. Offerors must provide a telephone number for contact for one week following the due date and be reachable during normal office hours (8:00 a.m. - 4:00 p.m. CST).
Key Dates & Contacts
- Solicitation Issue Date: January 13, 2026
- Technical Inquiry Deadline: January 28, 2026, 2:00 PM CST
- Offer Due Date: January 30, 2026, 1:00 PM CST
- Submission Email: jake.t.anderson@usace.army.mil
- Primary Contact: Jake Anderson, jake.t.anderson@usace.army.mil, 309-794-6131
- Site Visit: Can be scheduled by contacting the Project Office at (319) 338-3543, Darren Schneider (ext #6305 or Darren.K.Schneider@usace.army.mil).