Provide Park Attendant services at various recreational areas in the U.S. Army Corps of Engineers, Mobile District, Alabama, Mississippi, Georgia and Florida
ID: W9127826QA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

RV (Recreational Vehicle) Parks and Campgrounds (721211)

PSC

NATURAL RESOURCES/CONSERVATION- RECREATION SITE MAINTENANCE (NON-CONSTRUCTION) (F008)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is seeking contractors to provide Park Attendant services across various recreational areas in Alabama, Mississippi, Georgia, and Florida. The procurement is set aside entirely for small businesses, requiring contractors to form teams of two to manage park operations, including customer assistance, fee collection, and maintenance, with a focus on delivering the "Best Possible Price" due to budget constraints. This opportunity is vital for maintaining the quality and accessibility of recreational facilities, ensuring a positive experience for visitors. Interested contractors must submit their bids by October 31, 2025, and provide necessary documentation, including a $5,000 surety bond and background check materials, by December 5, 2025. For further inquiries, contact Sophia M. Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.

    Files
    Title
    Posted
    The SAM FORM 36, APR 2021, issued by the U.S. Army Corps of Engineers, Mobile District, is a Questionnaire for Non-Sensitive Positions, specifically for Campground Attendants and Volunteers. Its purpose is to gather information for background investigations to determine the suitability of applicants or incumbents for these roles. The form collects subject information such as name, date and place of birth, contact details, and U.S. citizenship status. It includes an authorization section allowing the U.S. Army Corps of Engineers to obtain relevant information for the background check, valid for one year. The document outlines the authority under which this information is requested, penalties for providing false statements, and details on the disclosure of information in accordance with the Privacy Act. This form is a critical component in ensuring the integrity and security of personnel working in non-sensitive positions within the Mobile District.
    The SF 87 (Revised February 2021) is a U.S. Department of Defense form for obtaining classified fingerprints, primarily for background investigations conducted by the Defense Counterintelligence and Security Agency (DCSA). This form is used to determine eligibility for access to classified national security information, sensitive duty positions, military service, federal employment, government contract work, or access to U.S. Government systems and facilities. The document includes detailed instructions for obtaining clear fingerprint impressions, outlining proper inking, rolling techniques, and criteria for classifying prints (loops, whorls, arches). It also provides a Privacy Act Statement, explaining the authority for data collection, the purpose of information gathering, routine uses (sharing with the FBI and other government agencies), and the consequences of failing to provide the requested information. The public burden for completing this form is estimated at five minutes.
    The Declaration for Federal Employment (Optional Form 306, Revised August 2023) is used to assess an applicant's acceptability for Federal and Federal contract employment, and their enrollment status in the Government's Life Insurance program. This form, authorized by various sections of 5 U.S. Code, collects personal information, including name, Social Security Number, place and date of birth, U.S. citizenship, and other names used. It also includes sections on Selective Service Registration, military service, and extensive background questions covering criminal convictions, military court-martials, current charges, employment termination history, and federal debt delinquencies. Additional questions inquire about relatives working for the agency and receipt of retirement pay. Applicants and appointees must certify that all information provided is truthful and complete, with false statements potentially leading to non-hiring or termination, and possible legal penalties. The form also includes specific questions for appointees regarding their previous federal employment and life insurance elections to aid personnel offices in making correct determinations. The Office of Personnel Management estimates the public burden for completing this form to be an average of 15 minutes.
    The Declaration for Federal Employment (Optional Form 306, Revised August 2023) is used to determine suitability for federal and federal contract employment, as well as enrollment in the government's life insurance program. Applicants must provide truthful and complete information regarding general details like name, Social Security Number, citizenship, and birth date, as well as background information covering military service, criminal history, prior employment issues, federal debt delinquencies, and relatives working for the agency. The form emphasizes that false statements can lead to non-hiring or termination, with potential legal penalties. It also details privacy act statements, routine uses for disclosed information, and public burden reporting. Appointees must review and update their information, and those with previous federal employment must answer questions regarding life insurance elections. The form includes instructions for completion, emphasizing no white-out and proper correction procedures for handwritten entries.
    The U.S. Army Corps of Engineers, Mobile District, is seeking contractors for 34 Spring-Summer 2026 Park Attendant positions across seven lake areas. Bids, due by October 31, 2025, require a "Best Possible Price" due to budget constraints. Contractors must submit a completed Contractor Data Sheet, signed SF 1449, and Bid Schedule, with a daily bid amount in whole dollars. Mandatory requirements include a $5,000 surety bond, automobile liability insurance, and background check documents (SAM Form 36, SF-87 Fingerprint Card, OF306 Form) due by December 5, 2025. An active SAM registration (NAICS Code 721211, "For-Profit Organization," "Small Business") is essential. Pre-work conferences are mandatory, and computer literacy for the Recreation.gov system is required. Specific duties, hours, and contact information for site tours vary by location. Contractors must ensure availability on November 6, 2025, for contract award notification.
    The U.S. Army Corps of Engineers, Mobile District, is soliciting bids for 34 Spring-Summer 2026 Park Attendant Contractor Contracts across various lakes including Alabama River, Allatoona, Seminole, Okatibbee, Tennessee-Tombigbee, Walter F. George, and West Point. Bidders must submit their "Best Possible Price" by October 31, 2025, at 5:00 PM CDT. Key requirements include submitting a completed Contractor Data Sheet, a signed SF 1449, and a Bid Schedule with daily whole dollar amounts for desired positions. Successful contractors must provide a $5,000 surety bond, automobile liability insurance, and undergo a background check. Specific documentation for background checks, including SAM Form 36, SF-87 Fingerprint Card, and OF306 Form, are due by December 5, 2025. All contractors must have an active SAM registration (CAGE Code) under NAICS Code 721211 (RV Parks) as a for-profit small business. Local policies detail work hours, duties, and contact information for each park, and prospective contractors are strongly encouraged to tour the sites. Award notifications will be made on November 6, 2025, and contractors must be reachable by phone.
    This document is an amendment to a solicitation/modification of a contract, specifically Standard Form 30 (SF-30), issued by the US Army Engineer District Mobile. The purpose of this amendment (Amendment Number 0001 to Solicitation Number W9127826QA001) is to correct the solicitation issue date and the offer due date and time on the SF-1449 forms. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may result in the rejection of the offer. Any changes to an already submitted offer due to this amendment must also be received before the opening hour and date. The effective date of this amendment is October 14, 2025.
    The document outlines a solicitation for Women-Owned Small Businesses (WOSB) to provide park attendant services for the U.S. Army Corps of Engineers, Mobile District, across various campgrounds in Alabama, Georgia, and Mississippi. The contract requires a two-person team to manage park operations, including customer assistance, fee collection, cleaning, and maintenance. Key requirements include possessing basic computer skills for reservation systems, providing a self-contained recreational vehicle for living quarters, and furnishing a fully operational vehicle for duties. Contractors must maintain specific insurance policies, furnish a $5,000 bond, and undergo background checks, including fingerprinting. The document details performance schedules, contractor responsibilities, government-furnished equipment, payment procedures, and grounds for contract termination. It also specifies that only warranted Contracting Officers can modify contract terms and that contractors must clearly identify themselves as non-government employees.
    Similar Opportunities
    FY25 IDIQ Hopper Dredge Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    Center Hill Lake OandM Requirement Contract 2026 through 2031
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a firm-fixed-price requirements contract for operations and maintenance services at Center Hill Lake in Tennessee, covering the period from February 1, 2026, to January 31, 2031. The contract, which is set aside for small businesses, requires the contractor to provide comprehensive services including mowing, cleaning, janitorial work, facility repairs, and maintenance of recreational areas, with work to be ordered through individual task orders. This procurement emphasizes sustainability and adherence to strict safety and security standards, with proposals evaluated based on performance confidence, technical approach, and price. Interested parties must submit their proposals electronically by November 14, 2025, and can contact Jamie Barnes at jamie.l.barnes@usace.army.mil or call 615-736-5892 for further information.
    W912HN26RA003 - Hartwell O/M Project
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Hartwell Operations and Maintenance Project (RFP W912HN26RA003) to provide comprehensive maintenance, repair, and minor construction services across various facilities associated with the Hartwell Project in Georgia and South Carolina. The contract encompasses a wide range of services, including cleaning, landscaping, equipment maintenance, and emergency response, aimed at ensuring the operational integrity of facilities such as campgrounds, dams, and the power plant. This opportunity is set aside for small businesses under the NAICS code 561210, with a firm-fixed-price contract expected to be awarded following a competitive negotiation process. Interested parties must maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals by the deadline of January 5, 2026. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 912-652-5619.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    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 mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Coastwide Beach and Dune Ecosystem Restoration, Hancock County, MS
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Coastwide Beach and Dune Ecosystem Restoration project in Hancock County, Mississippi. This project involves the construction of a 150-foot-wide beach berm along approximately 5 miles of the mainland coast, aimed at enhancing coastal resilience and mitigating storm-related impacts. The work will require sourcing and transporting an estimated 300,000 cubic yards of sand to complete the berm construction, which will extend seaward from the existing seawall. Interested small businesses should contact Terri Adams at terri.m.adams@usace.army.mil or 251-441-6500, or Elizabeth Trimble at elizabeth.m.trimble@usace.army.mil or 251-690-3329 for further details.