Combined Park Attendant with Custodial Services at Kansas City USACE Missouri (Stockton)
ID: W912DQ25Q1001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

RV (Recreational Vehicle) Parks and Campgrounds (721211)

PSC

OPERATION OF RECREATION FACILITIES (NON-BUILDING) (M1PA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors to provide combined park attendant and custodial services at Hawker Point within the Stockton Lake Project in Missouri. The procurement aims to secure essential non-personnel services that will maintain public health and enhance the visitor experience at this popular flood control reservoir, with responsibilities including fee collection, park maintenance, and custodial duties. This contract is significant for ensuring the upkeep of recreational facilities and is set aside for small businesses under NAICS code 721211, reflecting the government's commitment to local economic support. Interested parties should contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil for further details, and a site visit is scheduled for October 7, 2024, at 9:30 am at the Stockton Lake Office.

    Files
    Title
    Posted
    The document outlines the requirements for the Related Experience Form that must be completed by offerors in response to a government request for proposals (RFP). To be eligible for consideration for an award, offerors must provide detail on their contracting background and experience relevant to the work specified in Section C of the solicitation. A minimum of one and a maximum of three examples are required, detailing the agency or firm for whom the work was performed, contact information, duration of work, and a description of duties. The intention of this form is to gather comprehensive information about the offeror's relevant expertise, allowing evaluators to assess their capability to fulfill the contract requirements. Personal references from the cited agencies or firms are also necessary for verification purposes. This process is vital for ensuring that awarded contracts go to qualified and experienced contractors within the context of federal and state/local funding opportunities.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a standardized form used to assess contractor performance in federal projects. It requires contractors to provide information about their company, contract details, and project descriptions. Clients evaluate contractors based on various criteria, including quality of work, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and security compliance. Each section allows clients to rate performance using predefined adjectives: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Applicable. The questionnaire instructs clients to submit their evaluations back to the contractor or directly to the USACE, ensuring the government can verify the provided information. This evaluation process supports informed decision-making in awarding future contracts, reflecting the importance of maintaining high standards in federal procurement processes. Overall, the document serves as a critical tool for capturing contractor performance metrics essential for future RFP evaluations and grant considerations.
    The document outlines a federal Request for Quote (RFQ) for Park Attendant and Custodial Services at Hawker Point within the Stockton Lake Project, issued by the U.S. Army Corps of Engineers, Kansas City District. The acquisition aims to secure essential non-personnel services to maintain public health and enhance the visitor experience at a popular flood control reservoir. Key elements of the contract include requirements for quality control, safety adherence, proper visitor interaction, and compliance with environmental regulations. The contract spans one base year, with two optional subsequent years, focusing on duties such as fee collection, park maintenance, and custodial services. Contractors are expected to uphold cleanliness standards, manage user fees, and deliver timely reports. They must also provide their equipment and facilities while receiving specific government-provided items. Additionally, the contractor's personnel must interact professionally with the public, enforce park rules when necessary, and ensure operational efficiency. This solicitation underscores the government's strategy to engage small businesses by setting a total small business set-aside under NAICS code 721211, reflecting a commitment to both local economic support and maintaining quality recreational facilities for public use.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Park Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide custodial services at the Stockton Lake Project in Missouri. The procurement includes three separate custodial service awards for locations within the project: High Point & Masters, Ruark Bluff West, and Ruark Bluff East. These janitorial services are essential for maintaining the cleanliness and operational readiness of the park facilities, reflecting the government's commitment to engaging small and diverse businesses in federal contracting. Interested vendors must submit their proposals by 12:00 PM on October 25, 2024, via email to Angella Curran, with a site visit scheduled for October 7, 2024, at the Stockton Lake Office.
    Park Attendant Services at Kansas City USACE Kansas Lakes (Pomona)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking qualified contractors to provide Park Attendant Services at the Pomona Lake Project in Vassar, Kansas. The procurement involves managing park operations, including overseeing the fee booth, maintaining cleanliness, assisting visitors, and ensuring compliance with regulations, with a contract duration starting from April 1, 2025, to September 15, 2025, and two optional renewal years. This opportunity is crucial for maintaining a high-quality recreational environment and is set aside for total small business participation under NAICS code 721211. Interested contractors should contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil for further details and to schedule a site visit.
    Park Custodial Services at Kansas City USACE East Kansas Lakes (Clinton and Perry)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is soliciting quotes for custodial services at various locations within the Kansas Lake Projects, specifically Clinton Lake and Perry Lake. The procurement involves five distinct custodial service awards, including tasks such as cleaning public use areas, campgrounds, and day-use areas, all of which must adhere to a detailed Performance Work Statement and comply with local, state, and federal regulations. These janitorial services are essential for maintaining the cleanliness and safety of recreational facilities, thereby enhancing visitor experiences at these public sites. Interested small businesses must submit their proposals via email by 12 PM on October 23, 2024, and are encouraged to contact Angella Curran or Christopher Anderson for further inquiries. The solicitation is set aside for small businesses under NAICS code 561720, with a business size standard of $22 million.
    Park Custodial Services at Kansas City USACE West Kansas Lakes (including Harlan County Nebraska)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors to provide custodial services for various lake projects in Nebraska and Kansas, under the solicitation number W912DQ25Q1005. The procurement includes five specific custodial service awards, focusing on maintaining cleanliness and operational standards at locations such as Harlan County Lake and Tuttle Creek Lake, as outlined in the Performance Work Statements (PWS). This initiative underscores the government's commitment to engaging small businesses while ensuring compliance with federal regulations and service contract standards. Interested vendors must submit their quotes electronically by 12:00 PM on October 23, 2024, and should contact Angella Curran or Christopher Anderson for further inquiries.
    Park Attendant Services at Kansas City USACE Nebraska Lakes (Harlan County)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide Park Attendant Services at Harlan County Lake in Nebraska. The contract, which spans from May 2025 through April 2026 with options for subsequent years, requires the contractor to perform key responsibilities such as gatekeeping, permit sales, visitor assistance, and park area surveillance, all in accordance with the specified Performance Work Statement (PWS). This solicitation is a Total Small Business Set-Aside, emphasizing the importance of safety compliance, quality control, and contractor reliability. Interested parties should contact Angella Curran at angella.curran@usace.army.mil or Christopher W. Anderson at Christopher.W.Anderson@usace.army.mil for further details and to schedule a site visit.
    Okatibbee Lake Collinsville, Mississippi - Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at the Okatibbee Lake Project in Collinsville, Mississippi. The contractor will be responsible for a range of services including equipment operation, grass mowing, cleaning, refuse removal, landscape maintenance, herbicide application, and beach water testing, all in accordance with specified terms and conditions. This procurement is a 100% 8(a) small business set-aside, targeting firms with average annual gross revenues not exceeding $9,500,000 over the past three years under NAICS 561730. Interested parties can download the solicitation package from https://sam.gov/ starting on or about September 3, 2024, and should direct inquiries to Geoffrey Rogers at geoffrey.b.rogers@usace.army.mil or Erica Collins at erica.m.collins@usace.army.mil.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Wilmington District, is seeking qualified contractors to provide janitorial services at Philpott Dam and Reservoir under solicitation number W912PM-24-R-0020. The contract encompasses cleaning duties for the Visitor Center, eight public recreation areas, and the Philpott Powerhouse, focusing on waste removal and sanitation in both public and operational spaces. This opportunity is significant for maintaining the cleanliness and safety of a nearly 3,000-acre reservoir and surrounding parkland in Virginia, ensuring compliance with federal and state environmental regulations. The solicitation will be released electronically on or around August 30, 2024, and interested parties must register in the System for Award Management (SAM) to access the solicitation and submit proposals. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Custodial Services MO001; Belton, MO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for custodial services at the MO001 facility located in Belton, Missouri, under solicitation number W911SA-25-Q-3004. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a performance period from January 1, 2025, to December 31, 2025, with options for four additional years and a six-month extension. The selected contractor will be responsible for providing all necessary personnel, equipment, and supplies to maintain facility cleanliness, ensuring compliance with security and operational standards, and documenting service activities. Interested vendors must submit their quotes, including all required documentation, by the specified deadline, and can direct inquiries to Amy E. Lewellen at amy.e.lewellen.civ@army.mil. The solicitation will be available on SAM.gov starting September 25, 2024, with questions due by October 9, 2024.
    Philpott Janitorial Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for janitorial services at Philpott Lake in Bassett, Virginia. The objective of this procurement is to maintain cleanliness across various facilities, including the Visitor Center and multiple recreation areas, with a contract period extending from November 2024 through November 2029, including options for additional years. This initiative underscores the importance of high hygiene standards for public facilities, ensuring a positive experience for visitors while promoting opportunities for small businesses, particularly those owned by service-disabled veterans. Interested contractors must submit both a price quote and a technical proposal electronically by the specified deadline, with further inquiries directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Campground Attendant
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Campground Attendants for the U.S. Army Corps of Engineers, Ice Harbor Dam in Burbank, WA. This small business set-aside opportunity is for the operation of other non-building facilities. The solicitation documents will be available on Beta.SAM.gov on or about April 21, 2021. The closing due date and time for quotes will be specified in the RFQ. Interested vendors must register in the System for Award Management (SAM) and complete Offeror Representations and Certifications.