2026-2027 Park Attendant Hartwell Lake
ID: W912HN26QA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, 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 (USACE), is soliciting quotes for park attendant services at Hartwell Lake for the 2026-2027 period. The contract, which is a Total Small Business Set-Aside under NAICS Code 721211, requires contractors to provide 24-hour attendant services on a four-days-on/four-days-off schedule, with duties including gatehouse operations, fee collection, and campground surveillance. The total contract value is estimated to be up to $10 million, and interested parties must submit their quotes by January 12, 2026, at 11:00 a.m. Eastern Time, to the designated contacts, Amy L. Collins and Glenda A. Canty, via email. All offerors must be registered in the System for Award Management (SAM) and meet specific requirements outlined in the solicitation documents.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) is soliciting quotes for park attendant services at Hartwell Lake for 2026-2027. This 100% Small Business Set-aside (NAICS Code 721211, size standard $10,000,000.00) requires 24-hour attendant services on a four-days on/four-days off schedule. Quotes, incorporating provisions from Federal Acquisition Circular 2025-06, must be emailed to Amy.L.Collins@usace.army.mil and Glenda.A.Canty@usace.army.mil by January 12, 2026, at 11:00 a.m. Eastern Time. The award will be based on the lowest-priced, responsible, and responsive quote meeting or exceeding specifications, in accordance with FAR 52.212-2 and FAR 9.104. The Government reserves the right to cancel the solicitation.
    The U.S. Army Corps of Engineers, Savannah District, is seeking park attendants for six contracts at Hartwell Lake for 2026-2027. This Request for Quote (RFQ) outlines requirements for contractors, including an active System for Award Management (SAM) account, two adults over 21, resumes, past performance documentation, and a photo of their RV/camping unit. Successful offerors must provide proof of vehicle insurance, a surety bond of at least $5,000, a physician's health assessment, and undergo a background check and fingerprinting. Duties include gatehouse operations, fee collection, campground surveillance, public relations, and maintaining a clean living area and gatehouse. Contractors will work a four-days-on/four-days-off schedule. The government will provide an RV site with utilities and computer equipment. Payment is based on days worked, with strict rules against absences. The contract can be terminated for various reasons, including failure to perform duties, inappropriate conduct, or unforeseen campground closures.
    This document outlines instructions and requirements for offerors responding to a Request for Quotation (RFQ) for Park Attendant positions. Key points include that quotes must only be for Park Attendant positions, with unit and total prices provided, and the government will award no more than one position per offeror. Offerors turning down an awarded position may lose eligibility for others under the same solicitation. Quotes must meet Statement of Work specifications to be eligible for an award. Submissions should follow standard commercial practices and include the solicitation number, offeror's addresses, discount terms, CAGE code, Unique Entity ID (UEI), and Tax Identification Number. Prospective awardees must be registered and active in the SAM database before any contract award. Questions must be directed to Amy L. Collins by a specified deadline, with a courtesy copy to Glenda A. Canty. The acquisition will use Simplified Procedures per FAR 13.1, with emailed quotes preferred. Unit prices must include all associated costs, and contract performance periods will vary by location.
    This document is a Request for Quote (RFQ) from the US Army Corps of Engineers – Savannah District. It outlines the essential contact information for the point of contact, Amy Collins, including her phone number and email address. The RFQ specifies that all quotes are due by 11:00 am (ET) on January 12, 2026. The document also provides fields for the contractor to fill out, such as their unique entity ID, CAGE code, tax ID number, email, phone number, and the date of their quote. Additionally, there is a section for the printed name and title of the individual who prepared and certified the quote. This RFQ serves as a formal invitation for contractors to submit their proposals for a project with the US Army Corps of Engineers.
    This government solicitation, W912HN26QA002, issued by W912HN KO CONTRACTING DIVISION, is for Women-Owned Small Business (WOSB) concerns to provide Park Attendant services at Hartwell Lake for 2026-2027. The contract, valued at up to $10,000,000.00, is a Request for Proposal (RFP) with a solicitation issue date of December 11, 2025, and an offer due date of January 12, 2026. The acquisition is set aside for Total Small Business and includes options for extending the term of the contract up to two years. It outlines various contract clauses, including those related to commercial products and services, small business programs, and representations regarding telecommunications equipment. The scope of work involves park attendant duties at specific locations (Coneross A & B, Oconee Point A & B, Twin Lakes A & B) with defined periods of performance and pricing arrangements (Firm Fixed Price) for base and option line items. The NAICS code for this acquisition is 721211, and the Product Service Code is M1PA. The solicitation emphasizes that all required documents must be included in the quotes for technical acceptability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W912HN26RA003 - Hartwell O/M Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.
    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.
    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.
    Red River Gate Attendant Services Round 2
    Dept Of Defense
    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.
    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.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    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.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    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.