Kids Camp
ID: W912L625RA001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NV USPFO ACTIVITY OK ARNGOKLAHOMA CITY, OK, 73111-4398, USA

NAICS

Recreational and Vacation Camps (except Campgrounds) (721214)

PSC

SOCIAL- RECREATIONAL (G003)
Timeline
    Description

    The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for a Kids Camp Family Program under solicitation number W912L6-25-R-A001. The contractor will be responsible for providing a residential summer camp for children aged 9 to 18, scheduled to run from July 1, 2025, to June 30, 2028, with a focus on ensuring a safe environment and a variety of engaging activities. This initiative is crucial for supporting military families and fostering community engagement, with the contract to be awarded based on a Lowest Price Technically Acceptable (LPTA) approach. Proposals are due by May 28, 2025, and interested parties should direct inquiries to MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or Ryan Moehle at ryan.moehle@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines instructions for submitting proposals in response to a Request for Proposal (RFP) with an emphasis on a "Lowest Price Technically Acceptable" award criterion. Offerors must submit a comprehensive proposal that includes acknowledgments of amendments, a technical proposal according to defined criteria, and a separate price proposal aligned with the Performance Work Statement. Proposals received by the deadline will be deemed "Responsive," while those submitted late will be "Non-Responsive." Responsiveness is further contingent upon the Offeror's registration status in the SAM.gov database, where an "Active" status is essential for consideration. Key technical requirements for acceptability involve providing a site manager contact, confirming employee capacity for camp activities, conducting background checks, detailing the camp location, and showcasing liability insurance. Additionally, proposals must include required participant documents and proof of a successful State Food Safety Inspection. Queries are to be submitted by May 5, 2025, and proposals must be emailed by May 28, 2025, indicating strict adherence to deadlines. The structured approach in this document serves to streamline the evaluation process of proposals within federal and state contracting frameworks, ensuring compliance and operational readiness.
    This document is a combined synopsis and solicitation (W912L6-25-R-A001) for commercial services related to Kids Camp Family Programs for the Oklahoma Army National Guard (OKARNG). The solicitation adheres to the Federal Acquisition Regulation, with full and open competition under NAICS code 721214 and PSC G003. The contract will be awarded as a Lowest Price Technically Acceptable (LPTA) Firm Fixed Price contract without discussions. The contractor is responsible for all services as specified in the attached Performance Work Statement (PWS). Proposals are due by May 28, 2025, with questions accepted until May 5, 2025. It is essential for offerors to register in the System for Award Management (SAM) and comply with submission requirements. Key communication contacts are specified, with all proposals to be submitted via email. This solicitation aims to ensure the effective provision of recreational services to families associated with the OKARNG, highlighting the government's commitment to community engagement and family support initiatives.
    The Performance Work Statement for the Oklahoma National Guard Child and Youth Program (CYP) outlines the requirements for a residential summer camp for children aged 9 to 18, scheduled to occur from July 1, 2025, to June 30, 2028. The contractor is responsible for providing camp facilities, personnel, equipment, and supervision, ensuring a safe environment and a range of engaging activities such as horseback riding, ropes courses, and swimming. The camp must accommodate a minimum of 175 individuals with separate lodging for boys and girls, and provide meals that adhere to USDA nutritional standards. Key objectives include maintaining quality control through a developed Quality Control Plan, ensuring compliance with regulations, and conducting background checks for all personnel. Essential services include clean accommodations, comprehensive catering, and audio-visual support. The contractor is expected to collaborate closely with the CYP for operational success and comply with safety and security measures. The document emphasizes the importance of meeting specifications and quality standards to foster a positive experience for participants while adhering to government regulations and promoting the overall well-being of military families.
    The document outlines the solicitation for a firm-fixed price contract under solicitation number W912L6-25-R-A001, focused on the provision of Kids Camp Family Programs at a yet-to-be-determined location. It emphasizes that contract proposals will be evaluated based on a "Lowest Price Technically Acceptable" (LPTA) approach according to specified technical evaluation criteria. For the proposal to be deemed responsive, the contractor must complete and submit a price proposal sheet including details such as the item description, quantity, unit of measure, unit price, and extended price. The primary contract line item is designated for "Kids Camp" services. Additionally, contractors are required to provide their company name, CAGE code, and signature along with the submission. This solicitation reflects standard procedures in handling federal requests for proposals (RFPs), ensuring compliance and accountability in contract bidding processes.
    The document outlines federal procurement guidelines and requirements related to the issuance of Requests for Proposals (RFPs) and federal grants, particularly focusing on clauses that must be incorporated by reference into contracts. Key topics include regulations regarding compensation for former Department of Defense officials, safeguarding covered defense information, and compliance with telecommunications equipment standards. The document details specific clauses related to payment submissions through the Wide Area Workflow system and outlines evaluation criteria for offers, including technical capability and pricing. Additional sections clarify the responsibilities of offerors, including representation and certification requirements, particularly for disadvantaged business concerns. The overarching goal of the document is to ensure transparency, fair practices, and legal compliance in government contracting processes while fostering competitive opportunities for various business entities, especially small and disadvantaged businesses. The structured format and detailed clauses guide both contractors and contracting officers in adhering to federal regulations, emphasizing accountability and adherence to public laws during procurement activities.
    The Oklahoma Army National Guard is conducting market research for a Kids Camp program aimed at supporting dependent children and youth of Service Members. This sources sought notice invites interested parties to submit capabilities statements, indicating their ability to fulfill the requirement on a competitive basis, potentially as a Small Business Set-Aside. The camp will operate at the contractor's facility and is targeted for ages nine to eighteen during summer months. Interested organizations must detail past experience, team management capabilities, and specific technical skills relevant to the task. The expected performance period includes a base year and four options, commencing in June 2030. The initiative emphasizes the importance of promoting the quality of life and resilience among military families. Respondents are encouraged to clearly classify their business sizes and types while indicating if they meet criteria such as Small Disadvantaged or Women-Owned business status. With an anticipated contract type of Full and Open Competition, responses should be submitted electronically to the Contract Specialist, with confidentiality assured for proprietary information. This notice serves to gauge interest and capabilities rather than as an official solicitation.
    The document outlines a "Sources Sought – Contractor Information Form" for the U.S. Army Corps of Engineers regarding the contracting opportunities for the Kids Camp Family Programs under solicitation number W912L6-25-R-A001-OK. It serves as a tool for potential contractors to submit their general information in a structured manner. Contractors are asked to provide details including DUNS, CAGE codes, and contact information, as well as their business classification (such as 8(a), HUBZone, or SDVOSB). The form includes inquiries for feedback on the Draft Performance Work Statement and confirms if the company is licensed to operate in Oklahoma. Additionally, there is space for any extra information about the contractor's capabilities. The purpose of this form is to gather essential data for selecting vendors suited for the program, promoting engagement with diverse business sectors while adhering to federal contracting requirements.
    Lifecycle
    Title
    Type
    Kids Camp
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Bulk Food Items – Subsistence
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Blanket Purchase Agreement (BPA) to supply bulk food items for the Oklahoma Army National Guard (OKARNG) and Oklahoma Air National Guard (OKANG). The procurement involves delivering a variety of food products, including canned goods, dry goods, fresh and frozen meats, produce, dairy, and bread items, to approximately 12 locations across Oklahoma and Fort Chaffee, Arkansas, with a commitment to deliver within 48 hours of a call order. This initiative is crucial for supporting the food service operations of the military, ensuring compliance with health and safety regulations, and maintaining high standards of quality control. Interested contractors must submit their proposals by January 15, 2026, and direct any questions to the primary contacts, MacKenzie Boyd at mackenzie.a.boyd.civ@army.mil or Ryan Moehle at ryan.moehle@us.af.mil, by December 29, 2025.
    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.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    RV Campers - DLA MWR San Joaquin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting quotes for the procurement of two new campers for the Family & Morale, Welfare, and Recreation (FMWR) program at the DLA Installation Management San Joaquin in Tracy, California. The specific requirements include models such as the 2025 Jayco Jay Feather Micro or equivalent and the 2026 Jayco Jay Flight Six or equivalent, with detailed specifications outlined in the solicitation. These campers are intended to support recreational activities for military personnel and their families, emphasizing the importance of morale and welfare services. Interested vendors must submit their quotes by 3:00 PM (EST) on January 6, 2026, and direct any questions regarding the solicitation to Elizabeth Sheffield at elizabeth.sheffield@dla.mil by December 30, 2025.
    Arkansas Army National Guard Meals 142nd
    Dept Of Defense
    The Department of Defense, specifically the Arkansas Army National Guard, is seeking qualified small businesses to provide catered meals for soldiers at Fort Chaffee, Fort Smith, Arkansas, during two periods: January 10-24, 2026, and March 19-April 2, 2026. The contractor will be responsible for supplying all food, labor, and supervision for breakfast and dinner services, adhering to military and food safety standards, and ensuring the cleanliness of the dining facility. This procurement is crucial for supporting the nutritional needs of soldiers during training exercises, with a total estimated value of the contract based on the best value evaluation criteria, including price and past performance. Interested vendors must submit their quotes by 1:00 P.M. Central Time on December 17, 2025, and can direct inquiries to Leonard Roberson at leonard.d.roberson.civ@army.mil or by phone at 520-708-4436.
    Mowing Services for Fort Supply Lake, 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 services for Fort Supply Lake in Oklahoma. The procurement aims to maintain the landscaping and groundskeeping of the area, ensuring a well-kept environment for recreational and operational purposes. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in fulfilling government contracts. 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.
    Meal Services for JCLC Gruber
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide meal services for the JCLC Gruber at Camp Gruber in Braggs, Oklahoma. The procurement aims to fulfill the food service needs for military personnel, ensuring that quality meals are available to support their operational readiness and well-being. This opportunity is critical as it directly impacts the morale and health of service members stationed at the facility. Interested parties can reach out to Jennifer L. King at jennifer.l.king76.civ@army.mil or by phone at 502-624-1006 for further details regarding the contract requirements and submission process.
    Jackson Public School University Residential STEM (Health Career Fields) Camp for USACC
    Dept Of Defense
    The Department of Defense, through the Mission Installation Contracting Command-Ft Knox, is seeking a sole-source vendor for the Jackson Public School University Residential STEM Camp focused on health career fields for JROTC Cadets. The contract, valued at $85,532.00, aims to provide residential STEM training, including lodging, facilities, and meals for approximately 120 cadets over two cycles in June 2023, with William Carey University identified as the sole-source provider due to its unique capabilities in meeting specific training and safety requirements. This initiative is crucial for delivering essential STEM education to cadets, ensuring they receive quality training that has been successfully provided by WCU for over four years. Interested parties can reach out to Brittney Morrison at brittney.d.morrison.civ@army.mil for further information.
    2026-2027 Park Attendant Hartwell Lake
    Dept Of Defense
    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.
    Texas Army National Guard: Medical and Dental Readiness Services FY26 events
    Dept Of Defense
    The Texas Army National Guard is seeking proposals for a firm fixed-price contract to provide Medical and Dental Readiness Services for five Soldier Readiness Processing (SRP) events scheduled between January and July 2026. The contract requires the selected contractor to supply all necessary personnel, equipment, tools, materials, supervision, and quality control, with specific exceptions for Government Furnished items, as outlined in the Performance Work Statement (PWS). These services are crucial for maintaining the health and readiness of soldiers, ensuring they are fit for duty. Interested offerors must be registered in the System for Award Management (SAM) and can find registration instructions at www.SAM.gov. For further inquiries, contact Jolan Duverglas at jolan.j.duverglas.mil@army.mil or by phone at 512-782-5503.