FY26 SWMO Mass Park Attendant
ID: W912DQ26QA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

RV (Recreational Vehicle) Parks and Campgrounds (721211)

PSC

OPERATION OF RECREATION FACILITIES (NON-BUILDING) (M1PA)

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, is seeking qualified contractors to provide park attendant services at various lake projects in Missouri under solicitation number W912DQ26QA005. The procurement involves furnishing labor, equipment, and supplies for five designated park locations, including Ruark Bluff East and West at Stockton Lake, and several sites at Pomme de Terre Lake. These services are crucial for the operation and maintenance of recreational facilities, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their quotes via email by October 30, 2025, and are encouraged to contact Evan Oathout at Evan.Oathout@usace.army.mil or 816-389-2028 for further details.

    Files
    Title
    Posted
    The "Related Experience Form" is a mandatory document for all offerors seeking consideration for a government award, part of federal, state, and local RFPs. Offerors must complete this form, providing a maximum of three submissions, to detail their contracting background and experience directly relevant to the Performance Work Statement (PWS). The form requires information on contract work type, the agency/firm for whom the work was performed, contact person details, work commencement and end dates, and a detailed description of duties. It also requests details on any relevant training that would enhance performance. Offerors must submit at least one experience form, including current reference contact information, to demonstrate their qualifications for the solicited work.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is a critical form used in federal government contracting to evaluate a contractor's past performance. This questionnaire is divided into sections for both the contractor and the client. The contractor provides basic company and contract information, including project details, contract type, and pricing. The client then assesses the contractor's performance across various categories such as quality, schedule adherence, customer satisfaction, management, cost/financial management, and safety/security. Performance is rated using an adjective scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable), with clear definitions for each rating. Clients are encouraged to submit the completed questionnaire directly to the offeror for inclusion in their proposal to USACE. The government reserves the right to verify all submitted information, ensuring transparency and accountability in the evaluation process.
    This government solicitation, W912DQ26QA005, issued by the U.S. Army Corps of Engineers, Kansas City District, is a Request for Quote (RFQ) for park attendant services at various lake projects in Missouri. The solicitation, a Total Small Business Set-Aside with NAICS code 721211 and a size standard of $10,000,000.00, requires contractors to furnish labor, equipment, and supplies. Key dates include an issue date of September 30, 2025, and an offer due date of October 30, 2025, at 12:00 PM local time. Offers must be submitted via email in PDF format. The document incorporates numerous FAR and DFARS clauses, including those related to small business programs, labor standards, and electronic payment. Contractors must be registered and active in SAM.gov.
    This government solicitation, W912DQ26QA005, issued by the U.S. Army Corps of Engineers, is a Request for Quote (RFQ) for park attendant services at various lake projects in Missouri. It is a total small business set-aside with NAICS code 721211 and a size standard of $10,000,000.00. The contractor will provide labor, equipment, and supplies for these services, adhering to attached performance work statements and all applicable laws. Quotes are due by October 30, 2025, 12:00 PM local time, and must be submitted via email. The document incorporates several FAR and DFARS clauses by reference and full text, including detailed terms for inspection, payment, termination, and compliance with various federal regulations and executive orders.
    This document is a combined synopsis/solicitation (Request for Quote - RFQ) from the U.S. Army Corps of Engineers for park attendant services at various lake projects in Missouri. The solicitation, numbered W912DQ26QA005, is a total small business set-aside with NAICS code 721211 and a size standard of $10,000,000.00. Quotes are due by October 30, 2025, at 12:00 PM local time and must be submitted via email. The contractor will provide labor, equipment, and supplies for park attendant services, adhering to federal, state, and local laws, as detailed in the attached performance work statements. The acquisition incorporates several FAR and DFARS clauses by reference, including those related to small business programs, labor standards, and electronic payments. Key FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 are applicable. Offerors must be registered and active in SAM.gov, and wage determinations for specific Missouri counties are provided. The document outlines detailed terms for inspection, payment, termination, and other contractual obligations.
    This government solicitation, W912DQ26QA005, issued by the U.S. Army Corps of Engineers, is a Request for Quote (RFQ) for park attendant services at various lake projects in Missouri. The acquisition is a Total Small Business Set-Aside under NAICS code 721211 (RV) with a size standard of $10,000,000.00. Contractors must provide labor, equipment, and supplies as detailed in the Performance Work Statements. Key FAR and DFARS clauses are incorporated, covering areas like safeguarding information, payment terms, and various socio-economic programs. Offerors must be registered in SAM.gov, and quotes are due by October 30, 2025. The document also includes specific wage determinations for different Missouri counties and outlines detailed terms for inspection, payment, and contract termination, including provisions for time-and-materials or labor-hour contracts.
    The U.S. Army Corps of Engineers issued a Request for Quote (RFQ) for park attendant services at various lake projects in Missouri, including Pomme de Terre and Stockton Lake. This solicitation, set aside for Total Small Businesses with NAICS code 721211 and a size standard of $10,000,000.00, requires contractors to provide labor, equipment, and supplies. Quotes are due by October 30, 2025, and must be submitted via email. The acquisition incorporates several Federal Acquisition Regulation (FAR) clauses, including those related to commercial products and services, prompt payment, and small business programs. Contractors must be registered in SAM.gov. The document details contract terms for inspection, payment, changes, disputes, and termination for convenience or cause, outlining contractor responsibilities and government rights.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sources Sought: Janitorial Services for Clarence Cannon Dam and Mark Twain Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Louis District, is seeking sources for janitorial services at the Clarence Cannon Dam and Mark Twain Lake Project Area located in Monroe and Ralls Counties, Missouri. The procurement aims to identify businesses capable of providing labor, equipment, and materials for a range of cleaning services, including building maintenance, litter pickup, trash removal, and ensuring sanitary conditions across various facilities. This opportunity is crucial for maintaining operational standards at the project site and is expected to include a base year with up to four optional years. Interested businesses must submit a capability statement by December 12, 2025, detailing relevant experience and compliance with Cybersecurity Maturity Model Certification (CMMC) requirements, and can contact Leigh Thomas at leigh.a.thomas@usace.army.mil or Marla Sawyer at marla.j.sawyer@usace.army.mil for further information.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide base operations support services at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area (LORA). The procurement encompasses a range of services including maintenance and operation of facilities, utility systems, grounds maintenance, and support for special events, all critical for the effective functioning of military training missions. This contract is vital as it supports the infrastructure used by joint forces and international allies, ensuring operational readiness and reliability. Interested parties should note that the anticipated issuance of a draft solicitation is set for January 16, 2026, and inquiries should be directed to Samuel J. Colton or Christopher Weber via their respective emails.
    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.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    Red River Gate Attendant Services Round 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is soliciting proposals for Gate Attendant Services in the Red River Area, covering various locations in Oklahoma and Texas. This procurement involves providing services at four anticipated purchase order sites: Hugo Lake (Kiamichi Park and Virgil Point), Sardis Lake, and Pine Creek Lake, aimed at enhancing recreational facility operations. The opportunity is set aside for small businesses under the SBA guidelines, with the solicitation number W912BV26QA013. Interested vendors can reach out to Kordel Tyler at kordel.m.tyler@usace.army.mil or Ryan Kelley at ryan.j.kelley@usace.army.mil for further details.
    Round 2 FY26 Northern Area Gate Attendants
    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 gate attendant services for various public site areas in Oklahoma's Northern Area, including Canton Lake, Heyburn Lake, Keystone Lake, Oologah Lake, and Skiatook Lake. This procurement involves a total small business set-aside for eight anticipated purchase orders, aimed at ensuring the effective operation of recreational facilities within the Tulsa District. The services are crucial for maintaining visitor access and safety at these recreational sites, which are vital for public enjoyment and environmental stewardship. Interested parties can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073 for further details regarding the solicitation process.
    Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
    Buyer not available
    The Department of Defense, through the Army's Mission and Installation Contracting Command, is seeking qualified contractors to provide Base Operations Support Services (BASOPS) at Fort Leonard Wood and the Lake of the Ozarks Army Recreation Area. The procurement aims to secure non-personal, performance-based services including facility maintenance, utility operations, and grounds management, with a focus on achieving fair market pricing. These services are critical for maintaining operational readiness and supporting military training objectives. Interested Federally Certified 8(a) firms must submit their capabilities and relevant experience electronically by December 12, 2023, to the primary contact, Samuel J. Colton, at samuel.j.colton.civ@army.mil, or the secondary contact, Christopher Weber, at christopher.weber11.civ@army.mil.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Buyer not available
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.