NOTICE OF AVAILABILITY TO LEASE - NORTH FORK RECREATION AREA , ROUGH RIVER LAKE
ID: DACW27-8-25-347Type: 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, through the U.S. Army Corps of Engineers, is soliciting proposals for the leasing and development of the North Fork Recreation Area at Rough River Lake in Breckinridge County, Kentucky. The objective is to establish a major commercial campground and related recreational facilities, including amenities such as camping sites, restrooms, trails, and various recreational services, while excluding marina or theme park-style submissions. This initiative aims to enhance public recreational opportunities and ensure quality services at reasonable prices, aligning with community demand. Interested applicants must submit their sealed proposals by July 30, 2025, to Kimberly S. Jones at the U.S. Army Corps of Engineers, with further inquiries directed to her email or phone number provided in the notice.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (Louisville District) has issued a Notice of Availability for leasing the North Fork Recreation Area at Rough River Lake in Breckinridge County, Kentucky, for the development and operation of a major commercial campground and related recreational facilities. Proposals must be submitted by July 30, 2025, and should include a range of amenities such as camping sites, restrooms, trails, and recreational services while excluding marina or theme park-style submissions. The site encompasses approximately 46 acres with diverse recreational opportunities, and water levels in the lake may fluctuate, impacting design and operations. Applicants must adhere to various legal and regulatory compliance based on federal environmental laws, provide necessary financial documentation, and demonstrate their capacity to develop the proposed project. A pre-lease conference will be arranged for the successful applicant, who must begin development within 180 days post-lease execution. The lease length will depend on the proposed development scale. Importantly, all proposals will be evaluated on their market feasibility, environmental impact, and compliance with federal policies, ensuring public recreational needs are met while allowing for profitable operations. This leasing effort emphasizes promoting quality recreational services at reasonable prices for the community.
    This document serves as a legal description of a tract of land located at the North Fork Campground near Rough River Lake in Breckinridge County, Kentucky. The land is delineated by specific U.S. Tract Nos. (F-603, F-615, F-620, F-622, F-623, F-624, F-625) and is described using precise metes and bounds referenced to the Kentucky State Plane Coordinate System. The document outlines a series of directional bearings and distances that define the boundaries of the tract, which encompasses approximately 46.0 acres. The primary purpose of this legal description is to provide a clear delineation of the property being made available, likely as part of an RFP or grant application process. This specificity ensures precise land identification for potential uses determined by federal, state, or local government initiatives, including recreational development or conservation efforts. The detailed boundary description allows for legal clarity and supports any future transactions or management of the campground area.
    The document identified as Exhibit “A-2” primarily consists of general photographs of a leased area, providing visual context for an unspecified location under discussion. While the document lacks extensive written content or detailed descriptions, the photographs are likely intended to support proposals related to federal or state/local RFPs or grants. The visual representation serves an essential purpose in government documentation, as it aids stakeholders in evaluating the physical conditions and attributes of the site. Although specific elements or features are not delineated, the inclusion of images suggests an effort to enhance clarity and understanding related to the leased area’s potential use or development. Overall, the document's visual focus indicates that it is part of a broader initiative in which site assessment and presentation are essential components of compliance and decision-making in government contracting processes.
    The document presents a proposed lease area map for a campground, labeled as Exhibit "A". Its primary purpose is to delineate the boundaries of the U.S. fee land and the tract designated for the campground's operation. The map outlines specific geographic features, potentially indicating the dimensions or layout for campground facilities and amenities. While additional contextual or supporting information is not explicitly provided in the document, it appears to serve as a foundational element for government planning and procurement processes related to the campground. This document would likely be part of broader government RFPs or grants aiming to enhance recreational facilities within specific federal lands, ensuring compliance with relevant regulations and community needs.
    The document outlines minimum facility and service requirements for a Master Development Plan focused on recreation facilities and services, particularly in relation to a proposed development project. Key areas of development include landscaping, restroom facilities, public beaches, boat ramps, cabins, camping facilities, public trails, and other recreation areas. Applicants must provide detailed descriptions, site plans, conceptual designs, and cost estimates for each facility, ensuring compliance with environmental quality standards and accessibility laws. Supporting details emphasize infrastructure needs, including roads, utilities, wastewater management, and garbage collection. A focus on minimizing tree clearing and demonstrating environmental stewardship is mandated, alongside specific parking ratios for different facilities. The government retains discretion to modify requirements based on site-specific conditions during the proposal evaluation process. Overall, the document serves as a comprehensive guideline for potential developers seeking to create recreational amenities that are environmentally sustainable and publicly accessible.
    The document outlines the Selection Criteria and Point System Rubric utilized by the Selection Committee to evaluate applications for a major commercial concession development, specifically a campground and related facilities, by the Louisville District Corps of Engineers. It establishes seven essential requirements for qualification, including timely submission, alignment with the stated purpose, payment of an application fee, submission of necessary agreements, passing a criminal background check, conducting market analysis, and ensuring environmental compliance. If an applicant fails any of these criteria, their submission is disqualified. For qualified applications, a detailed scoring system, with a maximum of 200 points, evaluates various aspects such as site development, financial capability, and relevant experience. Applicants must achieve a minimum of 140 points to advance to Phase II. The rubric emphasizes the importance of thorough planning, financial documentation, relevant experience, and effective long-term management strategies. This structure reflects the government's effort to ensure only well-prepared applicants are considered for further stages, ensuring quality public recreational facilities that meet community needs while allowing for profitable operations.
    The U.S. Army Corps of Engineers (USACE) has issued a Statement of Work for appraisal services to conduct a market analysis and feasibility study for a campground at Rough River Lake, Kentucky. This study is essential for assessing the viability of a commercial concession lease and ensuring sustainable demand without impacting the current market adversely. The market analysis will evaluate the ability to capture demand for campsite rentals over a three-year forecast period, identify potential risks in campground demand, and determine the necessary number of campsites. The report must adhere to the Uniform Standards of Professional Appraisal Practice (USPAP) and include comprehensive research, analysis, and conclusions on market conditions. It requires detailed data on the market area, competition, and characteristics influencing demand. The contracted appraiser must possess the requisite knowledge, experience, and geographic competency, along with certification as a General Real Estate Appraiser in Kentucky. In preparing the analysis, appraisers must consider environmental conditions, document their methodology, and provide clear, credible, and well-supported conclusions. The outcome will influence the USACE’s decision-making regarding potential campground development, underscoring its commitment to informed, market-driven project planning.
    The document outlines a lease agreement between the Secretary of the Army and a Lessee for the North Fork Recreation Area at Rough River Lake, Kentucky, specifically for commercial concession purposes. Key terms include the lease term duration, rent calculation based on the Revised Graduated Rental System (RGRS) with gross receipts influencing rental payments, and strict adherence to various conditions regarding use and maintenance of the premises. Lessees must comply with federal laws, the Americans with Disabilities Act, and maintain accurate financial records for oversight. The document also mandates insurance coverage, establishes terms for property restoration, prohibits discrimination, and outlines provisions for environmental protection and preservation. Importantly, the lease prohibits certain activities, clarifies rent payment schedules, and identifies penalties for non-compliance. Additionally, it emphasizes health and safety standards, public access, and the role of the Real Estate Contracting Officer in overseeing operations and modifications. This lease framework ensures sustainable use of federal recreational spaces while safeguarding public interests and ensuring compliance with regulatory standards. The scope and detail in the lease reflect the government's focus on responsible management of federal properties for public enjoyment and economic benefit.
    The document outlines the application agreement for leasing United States real property at the Rough River Lake Project in Kentucky, managed by the U.S. Army Corps of Engineers. It requires applicants to submit a cover letter and two complete copies of their proposals. Key points include the commitment to pay rent as specified in the lease format, to provide necessary facilities and services unless waived, and to execute a lease based on the provided terms within ten days of receipt. Applicants must verify that no commissions were paid to solicitors and may need to submit additional qualifications as requested. A deposit of $10,000 is required, along with a 5-year Surety Bond amounting to $100,000. The application must be signed by an authorized official and includes a certificate confirming corporate authority. The final acceptance of the proposal rests with the government, represented by the Chief of Real Estate. This document serves as a formal invitation for leasing applications, emphasizing clarity in terms, conditions, and financial commitments necessary for compliance with government regulations.
    The Master Development Plan (MDP) outlines the comprehensive development strategy for leased property and associated waterways. It emphasizes detailed conceptual planning, integrating factors such as topography, environmental impact, and facility accessibility. The plan must feature high-quality drawings at a recommended scale, showcasing existing and proposed features, including vegetation, utilities, and circulation patterns, while adhering to local standards. Key planning standards involve stewardship principles, sustainable practices, and logical facility organization. Any modifications to the plan must justify deviations in alignment with regulations, potentially necessitating environmental assessments. Specific design requirements include the configuration of slopes, establishment of parking spaces, minimization of impervious surfaces, and underground utility installations. The document mandates compliance with the National Environmental Policy Act (NEPA), especially concerning tree removal and habitat preservation, which may require mitigation strategies. The applicant is tasked with securing all necessary environmental permits and approvals, coordinating with state and federal agencies for compliance. Overall, the MDP serves as a guiding framework for responsible development, promoting ecological sustainability and regional stewardship throughout the project lifecycle.
    The Inventory and Condition Report details the status of various structures and facilities, categorized by property ID and structure number, at a specific location. Each entry evaluates the condition—ranging from good to poor—of amenities such as entrance stations, boat ramps, comfort stations, picnic pads, playgrounds, camp sites, and lift stations. Notably, several comfort stations are marked as not compliant with ADA standards, indicating areas requiring improvement for accessibility. The report lists various facilities, including a fishing pier, basketball court, and dump station, most of which are deemed to be in good condition. This assessment is fundamental for government planning and resource allocation related to infrastructure maintenance and potential grant proposals aimed at facility upgrades or repairs, particularly in the context of ensuring compliant community amenities.
    The document outlines regulations and requirements for seasonal camping at U.S. Army Corps of Engineers (USACE) projects, specifically within the context of compliance with established guidelines (LROR 405-2-1). It emphasizes the necessity for campgrounds to be managed according to federal and local standards, including compliance with annual and operational reporting requirements. Key topics include participant compliance guidelines, which stipulate that seasonal campground operators must submit annual reports detailing income, occupancy rates, and documentation of safety inspections. The document specifies that non-compliance could lead to penalization or termination of participation in the program. Additionally, it mentions the need for maintaining operational facilities and ensures transparency regarding how participants manage the campsites, which are vital for the recreation initiatives. This framework serves to uphold quality standards in the management of campgrounds, thereby enhancing user experience while aligning with governmental regulations for recreation-related projects.
    The North Fork Recreation Area report details usage metrics, sales, and utilities for the recreation area at Rough River Lake, Kentucky, for Fiscal Year 2024 (FY24). The site had 81 reservable sites, with a total of 8,762 available days and 2,674 days occupied, resulting in a 30.52% usage rate and 4,408 visitors. Visitor days totaled 12,209, indicating a consistent visitor flow. Compared to previous years, sales showed a slight increase in FY24 ($47,225) from FY23 ($41,601), but a decrease from FY22 ($56,266). Utility costs for FY24 included $15,291 for electricity, $4,454 for water, and $6,279 for trash services, with prior years reflecting slight fluctuations in spending. Sewage management involves transporting waste to the Axtel Campground and utilizing port-a-johns for visitor convenience at an annual cost of $1,800. The report underscored that the recreation area encompasses 34 acres for mowing, indicating ongoing maintenance needs. Overall, the document serves as a performance review relating to resource management and visitor engagement at a federal recreation site, relevant for RFP considerations and grant evaluations focused on outdoor recreation and facility upkeep.
    Lifecycle
    Similar Opportunities
    Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Park Attendant Services at Philpott Lake and Dam in Bassett, VA, and John H. Kerr Dam and Reservoir in Boydton, VA. The procurement aims to secure qualified small businesses to provide essential services, including gate operations, fee collection, visitor assistance, and emergency response, during the 2026 and 2027 recreation seasons. These services are vital for maintaining the recreational facilities and ensuring a positive experience for visitors. Interested parties must submit their quotes by January 15, 2026, and direct any questions to the Contract Specialist, Sonny Smith, at sonny.z.smith@usace.army.mil or the Contracting Officer, Troy D. Small, at troy.d.small@usace.army.mil, with a requirement for Cybersecurity Maturity Model Certification (CMMC) Level 1 compliance prior to contract award.
    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.
    Kentucky Lock Lift Pump Station Repair/Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Nashville office, is seeking qualified contractors for the repair and replacement of the Kentucky Lock Lift Pump Station. The project requires contractors to provide all necessary materials, labor, and equipment to install two new pumps, repair existing grinder pumps, and replace various components within the lift station, ensuring compliance with industry standards. This procurement is crucial for maintaining the operational integrity of the lift station, which plays a vital role in water management at the Kentucky Lock. Interested small businesses must respond to the Request for Information by December 29, 2025, and can direct inquiries to Samantha Clay or Cierra Vega via the provided email addresses.
    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.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    United States Department of Agriculture (USDA) Forage Animal Production Research Unit (FAPRU) - Lexington, KY
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for the construction of a two-story, 39,000 square foot research facility for the United States Department of Agriculture (USDA) on the University of Kentucky campus in Lexington, Kentucky. This facility will support the USDA-ARS mission to enhance the sustainability and profitability of forage-based livestock enterprises, featuring laboratory and office spaces, collaboration areas, and specialized installations such as chemical fume hoods and walk-in cold storage. The anticipated contract, valued between $25 million and $100 million, is expected to be awarded as a Firm-Fixed-Price (FFP) contract, with the solicitation release anticipated around January 9, 2026, and proposals due by February 24, 2026. Interested parties should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil for further details.
    Coronado National Forest Prospectus for Campground and Related Granger-Thye Concessions "Rose Canyon Complex"
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting applications for a concession campground special use permit to operate and maintain government-owned recreation facilities in the Rose Canyon Complex of the Coronado National Forest in Tucson, Arizona. This opportunity includes the management of two campgrounds, two group sites, two group picnic sites, a day-use fishing site, and an amphitheater, with an average gross revenue of $458,196.78 generated over the past three years. The selected concessionaire will be responsible for adhering to Forest Service policies, including the use of Recreation.gov for reservations and compliance with accessibility standards, while also engaging in maintenance and improvement projects under the Granger-Thye Fee Offset Agreement. Interested applicants must submit a comprehensive application package by April 1, 2026, including a proposed operating plan and a minimum annual fee of $21,535.25, along with a processing fee of $300. For further inquiries, contact Adam Milnor at adam.milnor@usda.gov or call 520-388-8422.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    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.