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
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Jul 25, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking 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, which may include 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 provide quality services at reasonable prices, aligning with community demand and government objectives. 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
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
NOTICE OF AVAILABILITY TO LEASE - CAVE CREEK RECREATION AREA , ROUGH RIVER LAKE
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease and development of the Cave Creek Recreation Area at Rough River Lake in Grayson County, Kentucky. The objective is to establish a commercial campground and related recreational facilities that provide quality services to the public while allowing for entrepreneurial profit. This initiative aims to enhance recreational opportunities, including camping, trails, and various amenities, while ensuring compliance with environmental regulations and sustainable practices. Interested applicants must submit their sealed proposals by July 30, 2025, and can direct inquiries to Kimberly S. Jones at kimberly.s.jones@usace.army.mil or by phone at 502-315-6988.
NOTICE OF AVAILABILITY TO LEASE - PIKES RIDGE RECREATION AREA, GREEN RIVER LAKE
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the leasing and operation of a commercial concession at the Pikes Ridge Recreation Area, located within Green River Lake in Kentucky. The objective is to develop and manage a range of recreational facilities and services, including camping options, general stores, and various outdoor amenities, to enhance public recreational opportunities while allowing for entrepreneurial profit. This initiative is crucial for meeting public demand for quality recreational spaces and ensuring sustainable development practices. Interested applicants must submit their sealed proposals by 1:00 p.m. EST on July 29, 2025, to the U.S. Army Corps of Engineers in Louisville, KY, and can direct inquiries to Niikorley Norals at niikorley.j.norals2@usace.army.mil or Jennifer Rahn at Jennifer.D.Rahn@usace.army.mil.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical issues identified in previous assessments, including internal erosion and geological stability concerns. This project is significant for maintaining infrastructure resilience and ensuring compliance with federal safety regulations, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors must submit their proposals electronically by April 18, 2025, and can direct inquiries to Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
Notice of Availability to Lease - Ives Run Recreation Area, Tioga-Hammond Lakes, Tioga, PA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of commercial concession facilities at the Ives Run Recreation Area in Tioga County, Pennsylvania. The opportunity includes the development and operation of a camp store, laundromat, and optional boat rental services, aimed at enhancing recreational offerings while ensuring quality services at reasonable prices for the public. This initiative is part of the government's strategy to improve public access to recreational facilities and promote local tourism, with proposals evaluated based on service understanding, organization, experience, and financial capability. Interested applicants must submit sealed proposals by May 1, 2025, to the U.S. Army Corps of Engineers, Baltimore District, with further inquiries directed to Cheryl Janiszewski at cheryl.l.janiszewski@usace.army.mil or Park Ranger Brandan Crabill at brandan.j.crabill@usace.army.mil.
Buckhorn Tailwater Streamline Erosion
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
Maintenance of Boundary Line - Green River Lake
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This project aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The scope of work includes regrading the streambank, installing rip rap stone protection, and making various repairs to campsites and the campground road, with a focus on environmental protection due to the presence of endangered species. The contract is set aside for small businesses, with an estimated value between $500,000 and $1,000,000, and bids are due by May 8, 2025, at 10:00 AM ET. Interested contractors should contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545 for further details.
Barren River Lake Hydraulic Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
Nolin River Lake Hoist Replacement Pre-Solicitation Synopsis
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to solicit bids for the replacement of a hoist at Nolin River Lake in Edmonson County, Kentucky. This Design/Bid/Build project aims to upgrade the control tower with a higher capacity hoist (12 tons) to facilitate the lifting of service gates and bulkhead, necessitating structural modifications to support the new equipment. The contract, valued between $500,000 and $1,000,000, is expected to be awarded in a fully open competition format, with a duration of 365 days from the Notice to Proceed. Interested contractors must have an active registration in the System for Award Management (SAM) and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil, with the solicitation anticipated to be released around May 5, 2025.
Request For Proposals to Lease the RV Park and Campground at Fort Monroe National Monument
Buyer not available
The National Park Service (NPS) is inviting proposals for the leasing of the RV Park and Campground located at Fort Monroe National Monument in Virginia. This opportunity allows interested individuals or organizations to submit proposals for the exclusive rights to operate the campground and associated facilities, which include a 13-acre site with various camping accommodations and event venue capabilities. The selected lessee will be responsible for maintaining the property, ensuring compliance with federal regulations, and contributing to the preservation of the historic site, with a lease term anticipated to be around 10 years and a minimum annual rent set at Fair Market Value Rent (FMVR) of 10% of gross revenue. Interested parties must submit their proposals electronically by June 6, 2025, and can direct inquiries to Jaci Wells at FOMRLeasing@nps.gov.