Provide Park Attendant services at various recreational areas in the U.S. Army Corps of Engineers, Mobile District, Alabama, Mississippi, Georgia and Florida
ID: W9127825Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT MOBILEMOBILE, AL, 36628-0001, 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 U.S. Army Corps of Engineers, Mobile District, is soliciting proposals for Park Attendant services across various recreational areas in Alabama, Mississippi, Georgia, and Florida for the Spring-Summer 2025 season. Contractors are required to provide two-person teams for park operations, which include guest assistance, fee collection, and maintenance of park facilities, with a focus on compliance with federal regulations and safety standards. This procurement is a total small business set-aside under NAICS code 721211, emphasizing the importance of maintaining recreational areas for public enjoyment. Proposals are due by November 14, 2024, and interested parties should contact Sophia M. Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further information.

    Files
    Title
    Posted
    The document outlines the SAM Form 36, a questionnaire for non-sensitive positions with the U.S. Army Corps of Engineers, specifically targeting Campground Attendants and Volunteers. It serves as a tool for background investigations to evaluate the suitability of applicants or incumbents for employment or volunteer opportunities. The form collects personal information, including demographics, contact details, and citizenship status. Completion is voluntary, backed by authorities under Executive Order 10577 and relevant sections of the U.S. Code and Federal Regulations. Furthermore, it warns against the penalties for providing false information, including criminal charges and job disqualification. The form ensures that all collected personally identifiable information is protected under the Privacy Act, affirming its purpose for official use only concerning the applicant’s suitability. This form plays a crucial role in the government’s recruitment process by ensuring safety and integrity in positions involving public service within the U.S. Army Corps of Engineers, thereby contributing to overall transparency and trust in governmental operations.
    The provided document is a Federal Standard Form 87 (SF 87) used for fingerprinting individuals seeking federal employment or positions requiring security clearances. It outlines the necessary personal information to be collected, including the individual's last name, first name, date of birth, social security number, and physical characteristics such as sex, race, eye color, and hair color. Additionally, the form requires detailed fingerprinting of both hands, capturing all ten fingers and specifying any scars, marks, or tattoos. The form is intended to facilitate background checks as part of the pre-employment process, ensuring that candidates meet necessary security standards set forth by the U.S. Office of Personnel Management (OPM). Additionally, it emphasizes the importance of accurate data collection and official verification during the fingerprinting process. Given the context of government RFPs, this form is integral for agencies to ensure compliance with security protocols when hiring for sensitive or federally regulated positions.
    The Declaration for Federal Employment is a mandatory form utilized by applicants for federal employment, including federal contracts, to assess their eligibility and suitability. This document collects essential personal information, such as full name, Social Security Number, citizenship, military service history, and any criminal background, while emphasizing the need for truthful responses. Any misrepresentation can lead to disqualification or termination. Significant sections require applicants to disclose their registration status with the Selective Service, previous job terminations, and any federal debt delinquencies. The application process is governed by various U.S. Code sections, ensuring that the information can be used for security clearance investigations and suitability assessments. The form also includes a Privacy Act Statement detailing how personal information will be handled, including potential disclosures to various entities involved in employment verification and benefits administration. Finally, applicants must certify the accuracy of their submissions and are encouraged to keep a copy of the completed form for their records. This document is integral in maintaining the integrity of the federal hiring process and ensuring that prospective employees meet the necessary standards for employment.
    The Declaration for Federal Employment (Optional Form 306) is a document utilized by the federal government to evaluate a candidate's eligibility for federal employment, including positions associated with federal contracts. This declaration is generally completed following a tentative job offer, although it may be required at different stages based on the role. The form mandates truthful responses; inaccuracies can result in disqualification or dismissal and may invoke legal consequences under U.S. law. Key sections of the form include general information, military service history, and inquiries about criminal convictions and employment history. It also gauges the applicant's ties to current government employees and any retirement benefits. It emphasizes the importance of providing comprehensive and accurate information for processing employment applications. The Privacy Act Statement outlines the legal empowerment of the Office of Personnel Management to collect this information and the potential use of the data in various contexts. The Public Burden Statement mentions that respondents may spend between 5 to 30 minutes completing the form. Ultimately, the form is crucial in maintaining transparency, accountability, and trust in the federal hiring process, ensuring candidates meet all necessary legal and ethical standards while protecting the integrity of government employment.
    The U.S. Army Corps of Engineers' Mobile District is soliciting bids for 34 Park Attendant Contracts for Spring-Summer 2025 across various locations, including Alabama River Lakes and West Point Lake. Bidders are encouraged to provide their best possible prices due to budget constraints, with proposals due by November 14, 2024. Each bid must include essential documentation, including a contractor data sheet, signed SF 1449 form, and proof of insurance. Contractors are required to attend mandatory pre-work conferences and adhere to local policies specific to each project, which outline work schedules, responsibilities, and operational requirements. Parks are expected to maintain constant supervision and conduct regular inspections to ensure safety and cleanliness. Additionally, contractors must submit necessary documentation for background checks and ensure compliance with bonding and insurance requirements before commencing work. This solicitation not only aims to maintain park operations effectively but also emphasizes adherence to safety and regulatory standards in park management.
    The document outlines a Request for Proposal (RFP) for Park Attendant services by the U.S. Army Corps of Engineers, Mobile District for the Spring-Summer 2025 season. The RFP includes essential details such as the solicitation number (W9127825Q0001), proposal submission deadline on November 14, 2024, and requirements for contractors to provide a two-person team for park operations across various campgrounds. The document stresses the importance of compliance with federal regulations and the need for vendors to submit bids that reflect budget constraints. Contractors must furnish necessary documentation, including proof of insurance and bonds, and adhere to a strict performance schedule. Responsibilities include guest assistance, fee collection, and park maintenance. Each proposal must include a completed Contractor Data Sheet and a signed SF 1449 form. Additionally, contractors are required to complete background checks and submit relevant forms before the commencement of work. The selection process emphasizes awarding contracts to responsible bidders while maintaining the government’s right to reject any offers. The comprehensive request facilitates transparency and compliance in contracting procedures, highlighting the government's ongoing commitment to maintaining and operating recreational facilities efficiently.
    Similar Opportunities
    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 Pomona Lake in Vassar, Kansas. The procurement aims to secure services for managing park operations, including overseeing the fee booth, maintaining cleanliness, assisting visitors, and ensuring compliance with regulations, with a contract duration that includes a base year from April 1, 2025, to September 15, 2025, and two optional renewal years. This opportunity is significant for maintaining high standards in recreational facility management, emphasizing safety, quality assurance, and effective public communication. Interested small businesses are encouraged to submit their proposals, and for further inquiries, they may contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil, with the previous contract valued at $45,465.00.
    Combined Park Attendant with Custodial Services at Kansas City USACE Missouri (Stockton)
    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 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 adherence to safety and environmental regulations. This contract is significant for supporting local economic development by engaging small businesses, as it is set aside for total small business participation under NAICS code 721211. Interested contractors should note that a site visit is scheduled for October 7, 2024, and must contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil for further details regarding the solicitation and submission requirements.
    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, with a contract period from May 2025 through April 2026, including options for subsequent years. The selected contractor will be responsible for gatekeeping, permit sales, visitor assistance, and park area surveillance, ensuring compliance with federal regulations and safety protocols. This solicitation is a Total Small Business Set-Aside, emphasizing the importance of quality control and contractor reliability in managing park services effectively. 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.
    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.
    Park Custodial Services at Kansas City USACE Missouri (Stockton)
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide custodial services for the Stockton Lake Project in Missouri. This procurement includes three separate custodial service awards, specifically for High Point & Masters Stockton, Ruark Bluff West, and Ruark Bluff East, with a focus on compliance with federal, state, and local regulations as outlined in the Performance Work Statement (PWS). The custodial services are essential for maintaining cleanliness and operational efficiency at the park facilities, ensuring a positive experience for visitors. Interested vendors must submit their proposals by 12:00 PM on October 25, 2024, via email to the designated contacts, Angella Curran or Christopher Anderson, and are encouraged to register in the System for Award Management (SAM) for eligibility.
    Wolf Creek Operations & Maintenance (O&M) Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for Operations and Maintenance (O&M) Services at Lake Cumberland, Kentucky, under a total small business set-aside contract. The contract will cover various facilities across Pulaski, Wayne, Clinton, Russell, Whitley, and McCreary Counties, with the aim of ensuring effective management and upkeep of recreational and operational amenities, as detailed in the accompanying asset inventory. This procurement is crucial for maintaining public access to recreational facilities, which include campsites, boat ramps, and other amenities, thereby enhancing community engagement and enjoyment. Interested firms should note that the anticipated release date for the Request for Proposal (RFP) is around November 11, 2024, and inquiries can be directed to Contract Specialist Diana Namara at diana.l.namara@usace.army.mil or by phone at 615-736-5640.
    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 solicitation number W912DQ25Q1005. The procurement includes five specific projects, such as the Methodist Park at Harlan County Lake and the Outlet Park at Tuttle Creek Lake, with services to be performed in accordance with the attached Performance Work Statements (PWS). These custodial services are essential for maintaining clean and safe public recreational spaces, reflecting the government's commitment to quality facility management. Interested small businesses must submit their quotes electronically by 12:00 PM on October 23, 2024, and must be registered in the System for Award Management (SAM). For further inquiries, potential vendors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    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 seeking qualified small businesses to provide custodial services at various locations within the Kansas Lake Projects, specifically at Clinton Lake and Perry Lake. The procurement includes five planned awards for custodial services, covering public use areas, campgrounds, and day-use facilities, with a focus on compliance with a detailed Performance Work Statement and adherence to local, state, and federal regulations. These services are essential for maintaining the cleanliness and usability of recreational areas, thereby enhancing visitor experience and safety. Interested vendors must submit their proposals via email by 12 PM on October 23, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    Abstract for Mobile Harbor Deepening and Widening – Phase 2a, Mobile County, Alabama (CADD No. CHC24005)
    Active
    Dept Of Defense
    The US Army Engineer District Mobile issues a special notice for the upcoming federal contract, titled "Mobile Harbor Deepening and Widening – Phase 2a, Mobile County, Alabama." The primary objective of this project is to procure channel dredging services as part of a larger harbor improvement initiative. The scope of work involves a significant volume of material removal, estimated at approximately 2,802,472 cubic yards, requiring the successful contractor's mobilization and demobilization efforts. The project has a substantial estimated value, ranging from $107.5 million to $120 million, and the contract type includes a combination of firm-fixed-price and time-and-materials agreements. With a strict timeline of 1,100 calendar days for completion, the work must be executed efficiently. To be considered for this opportunity, applicants should possess expertise and experience in heavy civil engineering construction, particularly in dredging and marine environments. The evaluation of vendors will prioritize their ability to meet the technical demands, their past performance records, and their proposed pricing strategies. Interested parties should mark key dates on their calendars, including the pre-proposal conference and the full proposal submission deadline, both falling in the second quarter. It is anticipated that this project will generate significant interest from experienced contractors. For more details and clarification, potential applicants can contact Chanda D. Strenth and Christopher Brunner, whose full contact information is provided in the notice. This opportunity is a great fit for heavy construction firms with a strong track record in marine environments and the financial capability to undertake a substantial federal contract.
    Bayou Caddy Ecosystem Restoration (Shoreline Stabilization) project
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the Bayou Caddy Ecosystem Restoration project in Mississippi, specifically targeting invasive vegetation control, particularly phragmites. The contractor will be responsible for developing a project plan, executing herbicide treatments, and submitting detailed reports to enhance native vegetation and improve habitat quality within a 22-acre restored marsh area. This initiative is crucial for extending the longevity of the marsh and ensuring successful ecological restoration, reflecting the government's commitment to sustainable environmental practices. Proposals must be submitted by October 24, 2024, at 4:00 PM, with evaluations based on the lowest price technically acceptable criterion; interested parties can contact Katie Niles at katie.niles@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further inquiries.