Camp Perry Golf Cart Rentals
ID: W91364-24-Q-A039Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OH ARNGCOLUMBUS, OH, 43235-2712, USA

NAICS

Recreational Goods Rental (532284)

PSC

LEASE OR RENTAL OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (W035)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide golf cart rentals for the National Matches at Camp Perry, Ohio. The procurement requires the delivery of 26 gas-powered golf carts of various models, complete with safety features and on-site setup, between June 26, 2025, and August 13, 2025. This service is crucial for supporting the operational needs of the event, ensuring efficient transportation for participants and staff. Interested small businesses, particularly those qualifying under the Women-Owned Small Business set-aside, should submit their quotes via email to the Contract Specialist, Alan J. Cooper, by the specified deadlines, with the total contract value estimated at $9,000,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a golf cart rental service for the National Matches at Camp Perry, Ohio. The contractor is responsible for providing personnel, equipment, and quality control for the rental of golf carts between June 26, 2025, and August 13, 2025. Specifically, the contractor must deliver 26 gas-powered golf carts of various models with safety features and on-site setup. Quality assurance measures are implemented by the government, with regular performance assessments and required attendance at post-award meetings. The contractor is obligated to safeguard government property and adhere to a zero-tolerance policy regarding trafficking in persons. Additionally, repairs for any damaged carts must be provided promptly, with a 24-hour replacement policy. The PWS includes guidelines for inventory management, billing procedures, and compliance with applicable federal regulations and publications. This document is a typical component of federal RFPs aimed at ensuring service efficiency, accountability, and adherence to regulatory governance, illustrating the strict standards maintained during governmental service procurements.
    The document details a solicitation for Camp Perry Golf Cart Rentals, aimed at Women-Owned Small Business (WOSB) participants under a 100% small business set-aside. It outlines the contractual requirements for renting various gasoline-engine golf carts within a specified timeframe from June 26, 2025, to August 13, 2025. The contract, valued at USD 9,000,000, emphasizes the need for certain compliance with federal acquisition regulations, including the Service Contract Act and wage determinations. The bid evaluation will focus on past performance and pricing, with awards likely going to the lowest conforming quote or one deemed fair and reasonable. Specific clauses regarding electronic payment submissions, inspection requirements, and performance standards are incorporated, ensuring adherence to regulatory compliance. Questions regarding the solicitation must be submitted by May 16, 2025, and all proposals must comply with provided guidelines set out in the solicitation. By emphasizing a transparent evaluation process and adherence to the required standards, this document reflects the government’s commitment to supporting small business participation in federal contracting initiatives.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4757 (Revision No. 28) for certain counties in Ohio. It outlines minimum wage rates and fringe benefits for various occupations applicable to government contracts effective January 30, 2022, and provides instructions on compliance with Executive Orders 14026 and 13658. Workers under these contracts are entitled to at least $17.75 per hour or higher depending on specific job classifications listed, along with health and welfare benefits. Furthermore, the document details requirements for vacation and paid holidays, emphasizing the need for contractors to follow these regulations strictly, along with clarifications on uniform allowances and hazard pay differentials. Additionally, it provides guidance for contractors on the process to classify new occupations not listed and the conformance process required for compliance. This wage determination is crucial for ensuring that contracted service workers are compensated fairly, promoting compliance with federal laws while protecting their rights in federal work engagements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Vehicles Parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Buyer not available
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    15 passenger vans.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    Air Show 2026 Buses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide shuttle bus services for the Air Show 2026 at Shaw Air Force Base in South Carolina. The contractor will be responsible for transporting up to 6,000 guests over three days, from March 27 to March 29, 2026, utilizing buses and personnel to operate two distinct routes between designated parking and event bus stops. This service is crucial for ensuring efficient guest movement during the event, adhering to strict security regulations, and maintaining safety protocols. Interested small businesses are encouraged to submit their capability statements and price estimations to SSgt. Mackenzie Fullenlove and Ms. Mar Rodriguez Martinez by email, as the government is currently only requesting information and not formal offers or questions at this time.
    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.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    081107 WCF Replacement Utility Vehicle EN:1500
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a 4x4 Utility Vehicle (UTV) to replace its current vehicle at the Pisgah Ranger District in North Carolina. The UTV must meet stringent specifications, including a minimum 999 cc gasoline engine, automatic transmission, seating for at least four passengers with a certified Roll Over Protection Structure (ROPS), and various performance capabilities such as a towing capacity of 1500 lbs. and a payload capacity of 1100 lbs. This procurement is critical for supporting the Forest Service's operational needs in managing the national forest, and it is set aside for small businesses under NAICS code 336999. Proposals are due by December 8, 2025, at 5:00 pm ET, and interested vendors should contact Brad Carlson at brad.a.carlson@usda.gov for further details.