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
    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, is seeking qualified small businesses to provide park attendant services for various recreation areas within the Little Rock District. The procurement involves a total small business set-aside contract under NAICS Code 721211, requiring contractors to deliver comprehensive park attendant duties, including visitor assistance, fee collection, and maintenance, with a focus on quality control and safety standards. This opportunity is crucial for maintaining recreational facilities and enhancing visitor experiences in the area. Interested contractors must submit their quotations by January 9, 2026, at 12:00 PM CST, via email to Brandee M. Wright at brandee.m.wright@usace.army.mil, with the solicitation number W9127S26QA001 included in the subject line.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Support Services at the W. Kerr Scott Reservoir in 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, and trails, ensuring they remain safe and functional for public access. Proposals must be submitted electronically by January 23, 2026, following a site visit scheduled for December 17, 2025, and inquiries can be directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil.
    Gavins Point Nebraska Tailwaters Campground Cleaning Contract 2026-2031
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking qualified small businesses to provide cleaning services for the Gavins Point Nebraska Tailwaters Campground from 2026 to 2031. The contract entails non-personal services to maintain cleanliness at the campground, which includes 43 campsites, a comfort station with hot/cold water and showers, and surrounding areas below Gavins Point Dam. This service is crucial for ensuring a pleasant experience for visitors during the campground's operational months from mid-May to mid-October each year. Interested parties should prepare for a solicitation expected to be issued around January 20, 2026, with a closing date around February 19, 2026. For inquiries, contact Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil, and ensure registration in the System for Award Management (SAM) is current to access solicitation documents.
    Gavins Point Nebraska Tailwaters Campground Cleaning Contract 2026-2031
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking qualified small businesses to provide cleaning services for the Gavins Point Nebraska Tailwaters Campground from 2026 to 2031. The contract entails non-personal services for cleaning the campground, day use area, and surrounding facilities, which include 43 campsites and a comfort station with hot/cold water and showers. This service is crucial for maintaining the cleanliness and usability of the campground during its operational months from mid-May to mid-October each year. Interested parties should prepare for the solicitation, which is expected to be issued on or about January 20, 2026, with a closing date around February 19, 2026. For further inquiries, contact Brianna Wohlers at Brianna.N.Wohlers@usace.army.mil.
    Janitorial Services, North Hartland Lake, Hartland, VT and Union Village Dam, East Thetford, VT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at North Hartland Lake in Hartland, VT, and Union Village Dam in East Thetford, VT. The contract requires the provision of all necessary equipment, materials, and labor to maintain cleanliness in the offices, including weekly cleaning, carpet cleaning three times a year, and biannual window and door washing, as outlined in the Performance Work Statement. This procurement is set aside for small businesses, with a total contract period extending through December 31, 2026, and a closing date for offers on January 12, 2026, at 2:00 PM Eastern. Interested vendors must have an active registration in SAM.gov and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further information.
    Nashville District Park Attendants - Western & Eastern Regions
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide park attendant services for various campgrounds and day-use areas in the Nashville District, covering both Western and Eastern Regions of Tennessee. The contractor will be responsible for furnishing all necessary labor, equipment, fuel, transportation, tools, and supplies to fulfill the requirements outlined in the Performance Work Statement. This procurement is vital for maintaining recreational facilities, ensuring a quality experience for visitors at twelve designated campgrounds, including locations such as Lake Barkley and Cheatham Lake. Interested small businesses must register in the System for Award Management (SAM) and monitor the SAM.gov website for the solicitation release and any updates, with inquiries directed to Contract Specialist Bradley Eiras or Contracting Officer Cierra Vega via email.
    Trash Removal Services, North Hartland Lake, Hartland, VT and Quechee Gorge Visitor Center, White River Junction, VT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for trash removal services at North Hartland Lake in Hartland, VT, and the Quechee Gorge Visitor Center in White River Junction, VT. The contract requires vendors to provide all necessary equipment, materials, labor, and transportation for trash disposal, adhering to the Performance Work Statement, with a focus on environmental compliance and safety standards. This procurement is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB), with a total contract period extending from the award date through December 31, 2026, including two option years. Interested vendors must register in SAM.gov and submit their quotes via email to Contract Specialist Jennifer Samela by January 12, 2026, at 2:00 PM Eastern.
    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.
    IDIQ Mowing Services, Greers Ferry Lake
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking quotes for indefinite-delivery/indefinite-quantity (IDIQ) mowing services at Greers Ferry Lake in Arkansas. The contract, which is a total small business set-aside under NAICS Code 561730, encompasses services such as inspection, policing of grounds, mowing, and trimming, with a base period extending to January 31, 2027, and four optional one-year extensions through January 31, 2031. This procurement is crucial for maintaining the aesthetics and safety of the recreational area, ensuring a pleasant environment for visitors. Interested contractors must submit their quotes by January 22, 2026, at 1:00 PM CST, via email to Shelby Henson, and are required to attend a mandatory site visit on January 7, 2026.