Park Attendant Services for John H. Kerr Dam and Reservoir and Philpott Lake and Dam
ID: W912PM25Q0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, 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, is soliciting quotes for Park Attendant Services at John H. Kerr Dam and Reservoir and Philpott Lake and Dam in Virginia. The procurement is set aside for small businesses under NAICS code 721211, focusing on the operation of recreational facilities, and requires contractors to manage fee collection, maintain park facilities, and ensure visitor safety. This opportunity is crucial for maintaining the quality and accessibility of federal recreational areas, with quotes due by February 19, 2025, and inquiries accepted until February 7, 2025. Interested contractors can contact Sonny Smith at sonny.z.smith@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is issuing a Request for Quotes (RFQ) under the solicitation number W912PM25Q0008 for Park Attendant Services at Philpott Lake and John H. Kerr Dam in Virginia. The procurement is set aside for Small Businesses, and the relevant NAICS code is 721211, with a size standard of $10 million. The solicitation applies streamlined procedures under FAR subpart 12.6, and no pre-solicitation notice will be published. Offerors are required to submit documents such as resumes for proposed personnel, a Contractor Information Sheet, a Quote Sheet, past performance references, and confirmation of SAM registration. The contract will include a base period for service with details provided in the Performance Work Statement (PWS). Quotes will be evaluated based on price, and the lowest responsible bidder will win the award. The government retains the right to cancel the solicitation at any point and any inquiries must be submitted in writing by February 7, 2025, with quotes due by February 17, 2025. The file also outlines various federal clauses relevant to the contract, ensuring compliance with regulations regarding telecommunications, labor standards, and other operational conduct.
    The Contractor Information Sheet is an essential document required for submitting proposals in response to federal and state/local RFPs. It collects critical information about the contractor and their personnel, including names, Social Security Numbers (SSNs), contact details, and System for Award Management (SAM) identifiers. The form mandates that supervisors and other work experiences be detailed, accompanied by resumes for key personnel. Additionally, it assesses relevant computer skills and past experiences with specific software tied to government operations, specifically for two designated individuals. The completed sheet must accompany bids, ensuring that the necessary contractor information is provided for evaluation. This document plays a pivotal role in vetting contractors for compliance and capability in fulfilling government contracts.
    The document outlines a quotation schedule for gate attendant services across multiple recreation sites, specifically targeting nine parks including John H. Kerr Dam and Reservoir, Philpott Lake and Dam, and associated areas in Virginia. Each service is detailed by item number, with specified periods of performance spanning from March to October over consecutive years. The proposal includes a base year and an option year for each park unit, with the quantity of service days ranging from 71 to 124 days per park. Notably, none of the items are priced, as they adhere to attached "General Specifications" and "Specific Recreation Area Job Description" documents. The document serves as a Request for Proposal (RFP) for potential contractors to provide these services, highlighting the government’s ongoing commitment to maintaining recreation areas through structured service agreements.
    The file outlines the Request for Proposals (RFP) for Park Attendant Services for the 2025 recreation season by the U.S. Army Corps of Engineers (USACE) in the Wilmington District. It specifies the contractual requirements for providing services at two locations: John H. Kerr Dam and Reservoir and Philpott Lake and Dam, including the number of positions available. Key responsibilities include operating fee collection systems, maintaining park facilities, following prescribed procedures, and ensuring visitor safety. Contractors must operate as a two-person team, demonstrate proficiency in necessary computer programs, and adhere to strict conduct guidelines. Training will be provided by USACE personnel, and attendance is mandatory. Contractors are required to maintain cleanliness in their assigned areas and are responsible for managing user fees, record-keeping, and daily logs of park activities. Government-provided equipment includes a gatehouse and camping facilities, while contractors must furnish personal equipment and supplies. Invoicing occurs monthly, and contractors are accountable for any discrepancies in collected fees. Non-compliance or failure in duties may lead to contract termination. This document serves as a guiding framework for contractors bidding on park attendant services, ensuring that they meet safety, operational, and administrative standards.
    The document outlines the 2025 and 2026 work schedules and training days for multiple contracts at Philpott Lake and John H. Kerr Lake. It includes monthly calendars detailing workdays, training sessions, and overall totals for each contract's workdays combined with training days. For example, Philpott Lake has a total of 111 days in 2025 after adding 3 training days to the contract workdays. Similarly, the John H. Kerr Lake schedule for 2025 indicates 110 total days for Contract 1 after accounting for training. The document serves as a logistical plan for federal projects, ensuring efficient scheduling and compliance with training requirements while facilitating the smooth execution of necessary contracts. By providing a clear structure of assigned days and breaks, it supports project management within the frameworks of federal grants and RFPs relevant to government operations.
    The document outlines the Specific Position Work Statement (SPWS) for park attendants at various parks within the John H. Kerr Lake area, specifically detailing the positions for Salthouse Branch Park, Longwood Park, North Bend Park, and Rudds Creek Campground for the year 2025, with options for 2026. Each park has unique features and responsibilities for the attendants, including work schedules ranging from Thursday to Sunday or alternating shifts depending on park needs. The SPWS emphasizes training requirements, hours of operation, cleaning responsibilities, uniform standards, fee collection using the Recreation One Stop system, and specific operational duties tailored to each park's environment. Additionally, contact information for further inquiries is provided for potential contractors. The document serves as a structured guideline for prospective bidders to understand the requirements and expectations for park attendant contracts that contribute to the management and operational efficiency of federal recreational areas.
    The document outlines quality assurance indicators for evaluations of park attendants working under contracts with the United States Army Corps of Engineers (USACE). Key areas of evaluation include maintaining a courteous attitude towards visitors, cooperation with Corps personnel, teamwork, site cleanliness, adherence to uniform standards, and operational responsibilities in the gatehouse. Attendants must foster a positive experience for park visitors while ensuring safety and compliance with established protocols. They are also responsible for accurate record-keeping regarding park usage and incidents, as well as financial accountability through appropriate fee remittances. Additional requirements cover bonding and insurance, background investigations, and compliance with FAR clauses regarding representations and certifications for contractors. The document serves as a comprehensive guide to performance expectations and standards for park attendants, ensuring efficient and compliant park operations in various recreational areas.
    The document pertains to a government solicitation (W912PM-25-Q-0008) related to services provided by JHK & PHL gate attendants. It outlines key questions and responses from an Industry Day held on February 14, 2025. Notably, it indicates there were multiple contracts awarded from a previous solicitation (W912PM24Q0008), leading to questions regarding the current incumbent, contract number, and value, all of which remain unspecified due to the numerous contract awards made. Additionally, it states that there will be no site visits scheduled for this solicitation. This document serves to clarify inquiries from potential bidders, ensuring transparency and communication regarding the terms and conditions of the new solicitation.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, Wilmington District, primarily aimed at modifying the due date for offers. The deadline for submission has been extended from February 17, 2025, to February 19, 2025, at 2:00 PM. This amendment also indicates that related questions and answers will accompany the revised solicitation. Importantly, all other terms and conditions of the original solicitation remain unchanged, maintaining the integrity of the contract process. The document outlines instructions for the acknowledgment of the amendment by contractors, emphasizing the necessity for timely receipt of such acknowledgments to avoid potential rejection of offers. This amendment is categorized as a standard practice in government procurement processes, ensuring that all interested parties are adequately informed of changes and can participate effectively in response submissions.
    Similar Opportunities
    Philpott Liquid Waste Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide liquid waste removal and disposal services at Philpott Lake in Bassett, Virginia. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a one-year base period with four optional 12-month extensions, with a total contract value cap of $30,000. This service is critical for maintaining public health and environmental safety, as it involves the pumping and proper disposal of sewage and septic wastewater from government facilities, adhering to state regulations and safety standards. Interested contractors must submit their quotes and technical proposals electronically by 2:00 PM EDT on March 18, 2025, and can direct inquiries to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Custodial Services for Preston Bend Park at Texoma Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide custodial services for Preston Bend Park at Lake Texoma. This procurement is a new requirement aimed at maintaining cleanliness and upkeep of the park facilities, which is essential for ensuring a pleasant experience for visitors. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties can reach out to Kylie Secrest at kylie.e.secrest@usace.army.mil or by phone at 918-669-7078 for further details regarding the solicitation process.
    Park Attendant Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking contractors to provide Park Attendant Services. These services will support the operation of recreational facilities, particularly in RV parks and campgrounds, as outlined under NAICS code 721211 and PSC code M1PA. The procurement is essential for maintaining and enhancing the recreational experience for visitors at these facilities. Interested parties can reach out to Brandi Dupree at brandi.a.dupree@usace.army.mil or by phone at 410-962-0017, or contact Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further details.
    Campground and Park Facility Cleaning Services Beaver Lake
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Little Rock office, is seeking qualified small businesses to provide campground and park facility cleaning services at Beaver Lake in Arkansas. The procurement involves janitorial services for 11 parks, including regular cleaning, preseason maintenance, and power washing of various structures and playgrounds. This contract is a 100% Small Business Set-Aside under NAICS Code 561720, with a base period and four optional periods extending until December 31, 2029, and a minimum guarantee of $2,500 for the initial term. Interested parties should attend a pre-bid meeting on February 27, 2025, and submit their quotes electronically by March 25, 2025, with all required documentation, including a pricing schedule and signed amendments. For further inquiries, contact Ashley Stokes at ashley.m.stokes@usace.army.mil or Sarah Hagood at sarah.n.hagood@usace.army.mil.
    PCMC Service Contract at El Dorado Lake, Kansas
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for a service contract at El Dorado Lake, Kansas. The contract encompasses various facilities support services, including mowing, janitorial services, herbicide applications, and snow/ice removal. These services are crucial for maintaining the operational integrity and cleanliness of the facilities at the lake, ensuring a safe and pleasant environment for visitors and staff. Interested small businesses must submit their proposals by 2:00 PM Central Time on Friday, March 21, 2025, following a site visit scheduled for 11:00 AM Central Time on Wednesday, March 12, 2025. For further inquiries, potential bidders can contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or Wyman Walker at WYMAN.W.WALKER@USACE.ARMY.MIL.
    Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George & George W. Andrews Lakes, Fort Gaines, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified contractors for the operation and maintenance of government-owned facilities and equipment at Walter F. George and George W. Andrews Lakes in Fort Gaines, Georgia. This procurement aims to ensure the effective management and upkeep of recreational facilities, which play a vital role in providing public access to outdoor activities and supporting local tourism. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 561210 for Facilities Support Services. Interested parties should contact Chandler Hyatt at chandler.j.hyatt@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    Winhall Brook Campground, Three (3) Restroom Renovations, Ball Mountain Lake, South Londonderry, VT.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking a contractor for the renovation of three restrooms at the Winhall Brook Campground located in South Londonderry, Vermont. The project involves providing all necessary labor, materials, equipment, and transportation to restore restrooms that were damaged during the storms in July 2023, including updates to fixtures, interior spaces, and the construction of new shower stalls that will require alterations to the roofline. This renovation is crucial for the campground's operation and visitor experience, ensuring that facilities are safe and functional. Interested contractors, particularly small businesses, can reach out to Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the procurement being set aside for small businesses under FAR 19.5.
    Dam Mowing Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – Fort Worth District, is seeking qualified firms to provide dam mowing services at Belton Lake, Stillhouse Hollow Lake, and Lake Georgetown in Texas. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for vegetation maintenance, requiring contractors to supply all necessary personnel, equipment, and materials while adhering to stringent performance and safety standards set by the Corps. This initiative is crucial for maintaining the environmental integrity and safety of the dam sites, ensuring compliance with local, state, and federal regulations. Interested businesses, particularly small and disadvantaged enterprises, must respond to the Sources Sought Notice by March 21, 2025, with a potential solicitation anticipated in early fiscal year 2025. For further inquiries, contact Alexander Rust at alexander.g.rust@usace.army.mil or Michael Vega at MICHAEL.A.VEGA@USACE.ARMY.MIL.
    Groundskeeping Services, Jennings Randolph Lake, WV
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide groundskeeping services at Jennings Randolph Lake in West Virginia. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the Landscaping Services industry (NAICS code 561730). The services are crucial for maintaining the aesthetic and functional quality of the recreational area, enhancing visitor experience and environmental management. Interested parties are encouraged to attend a pre-bid tour on March 14, 2025, at 10:00 AM EDT, located at Howell Run Picnic Area, 1700 Jennings Randolph Lane, Elk Garden, WV. For further inquiries, potential bidders can contact Ashley Flaherty at 410-962-5626 or via email at Ashley.M.Flaherty@usace.army.mil.
    Nashville District Park Attendant Position - Poole Knobs Campground
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Park Attendant Services at the Poole Knobs Campground located at J. Percy Priest Lake in Nashville, Tennessee, for the 2025 season, with an option for renewal in 2026. The selected contractor will operate as a two-person team responsible for campground management duties, including fee collection, visitor information services, and facility maintenance, while ensuring compliance with established regulations and operational standards. This opportunity emphasizes the engagement of qualified women-owned small businesses to provide essential recreational services, with a strong focus on past performance ratings during the evaluation process. Interested contractors must be registered in the System for Award Management (SAM) and can contact Samantha Clay at samantha.j.clay@usace.army.mil or Cierra Vega at cierra.r.vega@usace.army.mil for further details.