NOTICE OF AVAILABILITY TO LEASE - CAVE CREEK RECREATION AREA , ROUGH RIVER LAKE
ID: DACW27-8-25-345Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF RECREATION FACILITIES (NON-BUILDING) (X1PA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the lease of the Cave Creek Recreation Area at Rough River Lake in Kentucky, aimed at developing and operating a commercial campground and related recreational facilities. The objective is to provide quality recreational services to the public while allowing private entrepreneurs to generate profit, with proposals expected to include a variety of amenities such as camping sites, general stores, and recreational activities. Interested parties must submit their applications by July 30, 2025, including a refundable deposit and a market feasibility study, with all proposals evaluated based on compliance with environmental regulations and the potential for sustainable development. For further inquiries, contact Kimberly S. Jones at kimberly.s.jones@usace.army.mil or call 502-315-6988.

    Files
    Title
    Posted
    The Cave Creek Recreation Area report details visitor utilization and financial performance for the fiscal year 2024 (FY24) at Rough River Lake, KY. Managed by the U.S. Army Corps of Engineers, the area offers 64 reservable sites and registered 4,019 visitors, equating to 11,867 visitor-days. The average length of stay was approximately 2.86 days, with a reservation occupancy rate of 37.45%. Financially, total sales for FY24 were $37,524, significantly lower than FY23 and FY22, which saw earnings of $81,049 and $86,892, respectively, due to a shorter operational period, from late May to Labor Day, compared to the previous years. Utility costs for FY24 totaled $31,497, which includes expenses for electric, water, and trash services. The area maintains 24 acres along with six miles of trails, requiring minimal annual upkeep. The sewage system employs an efficient drip field, minimizing regular maintenance needs. This report serves as a valuable assessment of the recreation area's usage and fiscal health, highlighting trends and operational changes relevant to future resource allocation and planning within government recreation initiatives.
    The U.S. Army Corps of Engineers is issuing a Notice of Availability to lease the Cave Creek Recreation Area for the development and operation of a commercial campground and related recreational facilities at Rough River Lake in Grayson County, Kentucky. The lease aims to provide quality recreational services while allowing profit for private entrepreneurs. The area encompasses 65 camping sites and various amenities, and proposals must exclude marina or theme park-style developments. Applications are due by July 30, 2025, and require a refundable deposit, background checks, and a market feasibility study. The document outlines the project’s requirements, including environmental compliance and zoning approval. Successful applicants will need to submit detailed plans and ensure their operations align with federal laws. The application process consists of two phases: initial proposal review and a subsequent detailed plan submission. The lease will be awarded based on proposals deemed the most capable of meeting government interests and ensuring environmental and economic viability. The Corps retains the right to reject applications and requires that all facilities remain publicly accessible. This initiative reflects the government’s commitment to promoting recreational development while balancing public interest and entrepreneurial opportunities.
    The document outlines the Notice of Availability for a tract of land at Cave Creek Campground in Grayson County, Kentucky, specifically designated as U.S. Tract Nos. B-204, B-205, B-212, B-213, and B-225. The legal description of the land is provided through precise boundary coordinates and bearings, including a Point of Beginning (POB). The tract encompasses approximately 90 acres, and the details include multiple directional calls and measurements corresponding to concrete monuments marked by the U.S. Army Corps of Engineers (USACE). Additionally, there is mention of an exception containing a tract of 900 square feet at a cave entrance, which also has defined boundary measurements. The extensive descriptions serve to delineate the property for potential stakeholders or interested parties, fitting within the context of government procurement and management of public lands, potentially for recreational use, resource management, or environmental conservation initiatives. The formal nature of the document underscores its administrative and regulatory purpose, ensuring clarity on land ownership and its applicability for future government projects or grants.
    The document provided includes general photos of a leased area, identified as Exhibit “A-2.” While the specifics of the images are not detailed in the text, it suggests that the visuals might relate to a federal government project involving a leased property. These photos likely serve to document the condition or layout of the area, which could be significant for considerations in proposals for leasing, grant applications, or compliance with RFP requirements. The absence of descriptive text indicates that the primary function of this exhibit is to visually support the associated documentation for evaluation purposes. The inclusion of such photographs typically aids in providing stakeholders with a clearer understanding of the physical context of the project, which is essential for assessments related to zoning, environmental impact, or infrastructural development. Overall, the exhibit reflects compliance with procedural standards in government contracting and grants processes.
    The document presents an exhibit titled "Proposed Lease Area Map" for a campground, indicating a specific area designated for leasing purposes by the federal government. The map serves as a visual representation for potential bidders responding to a Request for Proposals (RFP) pertaining to the campground area. It outlines the geographical parameters and boundaries within which bidders may propose their plans or projects. The context suggests a focus on facilitating outdoor recreation and tourism, thus potentially enhancing local economic development. Additionally, the clear demarcation aids in ensuring compliance with land use regulations and environmental considerations. The proposal signifies the government's commitment to promoting public access to recreational spaces while effectively managing land resources for community use. Overall, the document serves as a foundational element for forthcoming proposals aimed at utilizing the identified campground area.
    The document outlines the minimum facility and service requirements for a Master Development Plan focused on recreational facilities. Applicants must present a detailed market analysis and feasibility study, alongside conceptual designs and cost estimates for various components, including landscaping, restrooms, public beaches, campsites, cabins, trails, and other amenities. Each facility must adhere to legal accessibility standards and environmental guidelines, ensuring sustainable development practices. Key requirements include proper utilities, tree-clearing management, sewage treatment, and garbage facilities. The proposal emphasizes the necessity of a quality landscaping plan, effective grading, and a commitment to environmental stewardship. Furthermore, detailed parking ratios are defined for various facilities to ensure sufficient access and support for proposed developments. The document informs potential applicants about the comprehensive criteria for submitting RFPs that cater to enhancing public recreation infrastructure while addressing community needs and environmental conservation.
    The document outlines the selection criteria and point system used by the Selection Committee for evaluating applications related to a federal Notice of Availability (NOA) by the Louisville District Corps of Engineers. It specifies seven mandatory requirements that applicants must meet, such as submission timeliness, adherence to the NOA's purpose, payment of a refundable application fee, criminal background checks, and submission of feasibility studies. Applicants who do not meet any requirement are deemed "Not Qualified" and rejected. The point system rubric elaborates on evaluation criteria across three categories: Site Development Plans, Financial Capability, and Experience Background, with a total of 200 points possible. Detailed scoring guidelines are provided for the master development plan, environmental quality, long-term management, financial capability documents, and relevant business experience. A minimum score of 140 is required to advance to the next phase. The purpose of this document is to ensure a transparent and comprehensive process for selecting proposals that align with the government's objectives for recreational development and management of public facilities.
    The document outlines guidelines for signage on Corps projects, focusing on maintaining aesthetic quality and safety across various types of leased properties. It serves as a reference for project managers and lessees, including nonprofit organizations and commercial vendors. The guidelines stress the importance of visual uniformity and effective communication through signs while limiting commercial clutter. Signs should be well-constructed, easy to read, and appropriate for the natural setting. Lessees are required to submit a complete sign plan as part of their lease agreements, ensuring that signage aligns with Corps standards. The plan should include details like sign placement, materials, and maintenance schedules. General principles favor minimal yet effective signage design that contributes positively to the environment, with emphasis on generic identification rather than overt commercialism. The document also includes specific criteria regarding size, placement, and lighting for various types of facilities, including state parks and commercial services. Overall, these guidelines aim to ensure that signage on Corps-managed lands enhances the user experience while respecting the visual integrity of natural surroundings, vital in the context of federal projects and local public services.
    The document outlines the Statement of Work for appraisal services related to a fundamental market analysis and feasibility study for a proposed campground at Rough River Lake, Kentucky, commissioned by the U.S. Army Corps of Engineers (USACE). The purpose is to evaluate sustainable demand for campgrounds and ascertain the project's potential market viability without disrupting existing services. The study must assess market conditions over a three-year forecast period, identify risks, and recommend the number of camp sites achievable within the market’s capacity. Key components include a comprehensive market analysis structured around six specific steps, requiring quantifiable data and credible conclusions on financial feasibility. An effective appraisal report must adhere to Uniform Standards of Professional Appraisal Practice (USPAP) and incorporate detailed physical property characteristics, maps, and relevant data analyses. The appraiser must have relevant experience and document all insights, ensuring compliance with the USACE's requirements. This project not only assesses competitive campground dynamics but also intends to provide a well-supported justification for any commercial campground lease proposals.
    The document is a sample lease agreement for commercial concession purposes at the Cave Creek Recreation Area in Kentucky, between the Department of the Army and a designated lessee. It outlines a lease term, rent calculation based on gross receipts using the Revised Graduated Rental System, and the importance of timely rent payments to avoid additional penalties as stipulated by federal law. The Lessee must utilize the premises for public recreational activities per an approved Development Plan. Responsibilities include maintaining premises, obtaining necessary insurance, and complying with federal, state, and local regulations. Key provisions prohibit discrimination, require adherence to health and safety standards, and restrict certain uses such as gambling. The Lessee must protect property, maintain records, and is held liable for environmental protection and hazardous conditions. The lease also includes stipulations regarding transfers, compliance, and potential grounds for revocation. This comprehensive agreement illustrates the federal government's management and oversight of public concession leases, ensuring obligations are met while serving public interests effectively.
    The document outlines the application agreement required for leasing real property at the Rough River Lake Project in Kentucky, specifically targeting businesses and individuals interested in this opportunity. It emphasizes the need for a cover letter to accompany each application and details the submission requirements, including providing two complete copies. Key points include the payment of rental fees based on specified criteria, the obligation to furnish required services unless waived, and the necessity to execute a lease agreement within ten days of receipt. Additionally, applicants must ensure no third-party commissions were involved in securing the lease, submit further information regarding their qualifications, and provide a ten-thousand-dollar deposit and a five-year surety bond of one hundred thousand dollars. The document concludes with the applicant's certification and a section for government acceptance of the proposal, underscoring the structured nature of this real estate leasing process aligned with federal and regulatory protocols.
    The document outlines the Master Development Plan requirements for leased properties along with adjacent water surfaces, focusing on a detailed conceptual framework for construction during the lease period. It emphasizes quality planning that considers environmental factors like topography, vegetation, and historical features. Drawings must adhere to specific scales and include relevant existing features, contours, and adjacent land uses. Developers are urged to follow sustainable practices and ensure adequate green space and accessibility. The document stresses good land stewardship, proper facility arrangement, and compliance with environmental regulations, including NEPA and the Endangered Species Act. It specifies that any cutting of trees must be coordinated with the Corps and U.S. Fish and Wildlife Service due to potential impacts on threatened species. Overall, adherence to guidelines for utility placement, parking area design, and environmental conservation measures is required to support the development process while protecting natural resources and habitats.
    The document presents an Inventory and Condition Report for various structures and facilities identified by specific Property IDs and Structure Numbers. It details the conditions of different amenities, including entrance stations, comfort stations (pit toilets and shower houses), shelters, playgrounds, camp sites, fishing piers, courtesy docks, electronic fee stations, storage sheds, dump stations, parking lots, and a mountain bike trail. Most of the assessed structures are categorized as in "Good" condition, although some lack ADA (Americans with Disabilities Act) compliance. Specifically, there are 65 campsite options, including both electric and non-electric sites, alongside facilities for park hosts. The report serves as a resource for federal or state/local grant applications or Requests for Proposals (RFPs) by providing a comprehensive overview of the current state of these facilities, potentially aiding in decision-making related to maintenance, upgrades, or funding requests.
    The document outlines regulations and procedures for seasonal camping at U.S. Army Corps projects, specifically addressing participation criteria, compliance requirements, and administrative responsibilities for managing these campsites. Key regulations reference ER 405-1-12 and LRD 405-2-1, outlining the necessary qualifications and documentation for operators wishing to participate in the camping program. Participants must submit annual reports detailing occupancy rates, income, and adherence to safety standards, and compliance will be monitored against established benchmarks. Failure to meet compliance requirements may result in the termination of participation in the program. The overarching goal is to ensure that all seasonal campgrounds operate within legal and environmental guidelines, promoting safe recreational activities while protecting public lands. This document reflects the Corps' commitment to sustainable land management and recreation, providing a structured framework for federal grants and funding in line with broader governmental objectives.
    Lifecycle
    Similar Opportunities
    Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for a 20-year Granger-Thye Concessions Resort Permit to operate and maintain the Shores Lake and White Rock Recreation Areas within the Ozark-St. Francis National Forests in Arkansas. The selected concessionaire will be responsible for managing recreation facilities, collecting fees (with discounts for federal pass holders), and overseeing day-to-day operations, including maintenance and waste management. This opportunity is significant for enhancing public access to recreational services in the area, with an average gross revenue of approximately $258,709.48 over the past three years. Interested applicants must submit a comprehensive proposal, including a business plan and a minimum annual fee of $12,314.57, by March 2, 2026, and are encouraged to attend a mandatory site tour on January 5, 2026. For further inquiries, contact David Brickley at 479-667-2191 or via email at david.brickley@usda.gov.
    Little Rock District FY26 Park Attendant Program
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking proposals for the FY26 Park Attendant Program, a 100% Small Business Set-Aside opportunity. This procurement aims to provide park attendant services across various recreation areas in Little Rock, with contractors allowed to bid on one or multiple Specific Park Sheets (SPSs) based on performance requirements that include visitor assistance, fee collection, and facility maintenance. The selected contractors will be required to adhere to strict safety regulations and provide their own self-contained recreational vehicles for living quarters, while the government will supply necessary equipment. Quotes are due by January 9, 2026, at 12:00 PM CST, and must be submitted via email to Brandee M. Wright at brandee.m.wright@usace.army.mil, with the solicitation number included in the subject line.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    W91237-26-Q-A015 Fishtrap Lake Office Trailer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Huntington District, is soliciting proposals for the rental of an office trailer at Fishtrap Lake, Kentucky, under solicitation number W91237-26-Q-A015. The procurement is set aside for small businesses and falls under the NAICS code 532490, which pertains to the rental and leasing of other commercial and industrial machinery and equipment. The office trailer is essential for operational support at the Fishtrap Lake site, ensuring that personnel have the necessary facilities for effective management and oversight. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and they are encouraged to review the solicitation and attachments available through the PIEE system for specific submission instructions.
    Red River Gate Attendant Services Round 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Gate Attendant Services in the Red River Area, covering various locations in Oklahoma and Texas. This procurement involves providing services at four anticipated purchase order sites: Hugo Lake (Kiamichi Park and Virgil Point), Sardis Lake, and Pine Creek Lake, aimed at enhancing recreational facility operations. The opportunity is set aside for small businesses under the SBA guidelines, with the solicitation number W912BV26QA013. Interested vendors can reach out to Kordel Tyler at kordel.m.tyler@usace.army.mil or Ryan Kelley at ryan.j.kelley@usace.army.mil for further details.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Lease for enhanced use of up to 1,065 acres of land
    Dept Of Defense
    The Department of the Army is soliciting proposals for an Enhanced Use Lease (EUL) for up to 1,065 acres of land at the Pine Bluff Arsenal in Jefferson County, Arkansas. The objective is to engage private, public, or not-for-profit entities to design, finance, develop, construct, operate, and decommission a manufacturing facility on the leased property, with a lease term of 50 years and an option for a 25-year renewal. The selected Offeror will be responsible for all project costs, including compliance with federal, state, and local regulations, and must submit a detailed proposal outlining project plans, financial capability, and anticipated funding sources. Proposals are due by 5:00 P.M. (EST) on December 29, 2025, and interested parties should contact Lisa Grossman at lisa.grossman@usace.army.mil for further information.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, requires comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including a Visitor Assistance Center, recreation areas, trails, and government-owned vehicles and equipment. This procurement is critical for ensuring the safe and efficient operation of the reservoir's infrastructure, which supports public access and environmental education. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Benjamin Rickman or Troy D. Small via email, with a site visit scheduled for December 17, 2025.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.