Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
ID: W912PM26QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, 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 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.

    Files
    Title
    Posted
    This document is a combined synopsis/solicitation (W912PM-26-Q-A004) for commercial Park Attendant services at Philpott Lake and Dam in Bassett, VA, and John H. Kerr Dam and Reservoir in Boydton, VA. It is a Request for Quote (RFQ) set aside for Small Businesses, with a NAICS code of 721211 and a size standard of $10,000,000.00. Awards will be made to the lowest-priced, responsible, and responsive bidder, with only one offer per park location. Key submission requirements include resumes, Contractor Information and Quote Sheets, past performance documentation, a completed FAR Clause 52.212-3, and proof of SAM.gov registration. A critical new requirement is Cybersecurity Maturity Model Certification (CMMC) Level 1 per DFARS 252.204-7021 and 252.204-7025, mandating active certification in the Supplier Performance Risk System (SPRS) prior to award. Questions are due by January 5, 2026, and quotes by January 15, 2026, both by 3 PM EST.
    The "CONTRACTOR INFORMATION SHEET" is a critical document for government solicitations, serving as a comprehensive data collection form for individuals and entities bidding on federal or state/local RFPs and grants. It requires personal details for two individuals, including names and SSNs, alongside specific information for purchase order issuance, such as the exact name, address, contact numbers, email, SAM UEI, and CAGE Code. The form also requests detailed previous and other work experience, including attachments of resumes for both persons. Furthermore, it assesses NRRS/computer experience by listing specific software and general computer skills. Signatures of both individuals are mandatory, emphasizing the sheet's importance for submission with a quote to ensure all necessary contractor information is provided for evaluation and potential award.
    This government file outlines a Request for Proposal (RFP) for Gate Attendant Services at two locations in Virginia: John H. Kerr Dam and Reservoir, and Philpott Lake and Dam. The services are to be provided in accordance with attached "General Specifications" and "Specific Recreation Area Job Description" sheets. The RFP details base year and option year 1 periods of performance for several recreation areas within these locations. For John H. Kerr Dam and Reservoir, services are requested for Goose Point, Salthouse Branch, North Bend 4, and Rudds Creek 2, with varying periods of performance in 2026 and 2027. For Philpott Lake and Dam, services are for Horseshoe Point, with periods of performance in 2026 and 2027. The document explicitly states that the main item for "Gate Attendant Services" is not priced within this schedule, indicating that pricing will be submitted separately.
    This document outlines the general specifications for Park Attendant Services for the 2026 and 2027 recreation seasons at John H. Kerr Dam and Reservoir, VA, and Philpott Lake and Dam, VA. It details requirements for two-person contractor teams, including age and physical capabilities, and the need for basic computer skills for the Recreation One Stop (R1S) system. Key responsibilities include gate operations, fee collection, visitor assistance, emergency response (reporting to Rangers, not enforcing rules), and maintaining cleanliness. Contractors must provide their own RV living quarters, transportation, uniforms, and office supplies, and are required to attend a pre-work conference/training. The document also covers government-furnished equipment, miscellaneous rules (e.g., pet control, no firearms, no smoking in gatehouse), payment procedures, and grounds for contract termination, including failure to comply with outlined policies or inappropriate conduct.
    The document provides detailed work schedules for contractors at various U.S. Army Corps of Engineers (USACE) lake projects for the 2026 and 2027 calendar years. Specifically, it outlines training days and contract work days for John H. Kerr Lake (NBP 4 and Rudds 2 contracts) and Philpott Lake (Goose Point, Salthouse Branch, and Horseshoe Point contracts). Each section includes monthly breakdowns of working days, totaling the overall contract work days, which include an allocation for training. For example, the 2026 calendar for John H. Kerr Lake - NBP 4 designates 2 training days and 68 contract work days, totaling 70 days, distributed across July, August, September, April, May, and June. Similarly, Rudds 2 at John H. Kerr Lake in 2026 specifies 2 training days and 106 contract work days, summing to 108 days across various months. The Philpott Lake schedules for both 2026 and 2027 detail specific training days for different locations and a general
    The document outlines Specific Position Work Statements (SPWS) for park attendant contracts at John H. Kerr Lake (North Bend Park and Rudds Creek Campground) and Philpott Lake (Goose Point, Horseshoe Point, and Salthouse Branch Parks) for 2026 and an option year 2027. These contracts detail responsibilities, schedules, park information, hours of work, area-specific requirements, fee collection, training, and contact information. Key duties include gatehouse operations, park patrols, fee collection using the Recreation One Stop system, issuing gate codes, managing the life jacket loaner program, and reporting incidents to rangers. Contractors are required to provide their own uniforms, nametags, and certain office supplies, while the government supplies other essential items. Bidders must submit daily rates, including costs for training, supplies, uniforms, mileage, and money orders. The contracts emphasize adherence to general specifications with specific variances outlined for each park.
    This document outlines quality assurance indicators and evaluation criteria for Park Attendants, including requirements for courteous behavior, cooperation with personnel, team effort, site and appearance maintenance, gatehouse operations, log keeping, proficiency in R1S/cash registers, incident reporting, and fee remittances. It also details special instructions for contractors, such as mandatory bonding for a minimum of $5,000, background check procedures (NACI investigation), and relevant contact information for various inquiries. Additionally, the document incorporates FAR Clause 52.212-3, covering offeror representations and certifications related to business size, ownership, trade agreements, responsibility matters, child labor, and other federal contracting requirements.
    The "CMMC Level 1 Self-Assessment Quick Entry Guide" Version 4.0 provides instructions for defense contractors to submit their Cybersecurity Maturity Model Certification (CMMC) Level 1 self-assessments through the Supplier Performance Risk System (SPRS) within the Procurement Integrated Enterprise Environment (PIEE). To begin, users must have a "SPRS Cyber Vendor User" role for PIEE access. The guide details the process, including logging into PIEE, selecting SPRS and then Cyber Reports, and adding a new Level 1 CMMC Self-Assessment. It outlines steps for entering assessment details, noting the requirement for FAR clause 52.204–21 compliance, and the option to transfer the assessment to an Affirming Official (AO). Finally, the guide covers affirming the assessment and the ability for Cyber Vendor Users to edit or delete certain CMMC Status Types. It also states that "Final Level 1 Self-Assessments" expire after one year and are the only status visible to government personnel, underscoring the importance of this process for federal contract compliance.
    This document outlines the process for new users to gain access to the Supplier Performance Risk System (SPRS) without an existing PIEE account. Users must create a PIEE account and have a Contractor Account Administrator (CAM) approve specific roles, such as "Contractor/Vendor (Support Role)" for monitoring data or "SPRS Cyber Vendor User" for entering/editing cyber information. The registration involves selecting "New Vendor Organization," agreeing to privacy terms, choosing "Vendor" as the user type, selecting an authentication method, completing user and supervisor profiles, selecting SPRS from the application list, and adding the required roles. Users must also enter their Location Code/CAGE. Access to multiple CAGEs can be requested, with the "SPRS Cyber Vendor User" role providing access to all CAGEs in a hierarchy. After completing registration steps, PIEE access is granted, and role requests are activated by the CAM.
    Similar Opportunities
    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.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    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.
    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.
    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, Wilmington District, is planning to issue a Request for Proposals (RFP) for operations and maintenance support services at the W. Kerr Scott Project in Wilkesboro, North Carolina. The procurement will encompass comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including recreation areas, trails, visitor centers, and government-owned equipment, ensuring the effective management of approximately 1,475 surface acres of reservoir and associated amenities. This opportunity is set aside for 8(a) participants in either the developmental or transitional stages, with the anticipated solicitation number W912PM26RA009 expected to be released around November 5, 2025. Interested contractors should contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or by phone at 910-251-4785 for further details.
    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.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    James River Dredging Industry Day-Post Event Docs
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.