ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

W912DQ26QA002 Kansas FY26 Park Attendant Mass Solicitation

DEPT OF DEFENSE W912DQ26QA002
Response Deadline
Oct 23, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors to provide park attendant services at various lake projects in Kansas through a Request for Quote (RFQ) identified as W912DQ26QA002. The procurement involves three planned awards for park attendant services at Clinton Lake and Perry Lake, requiring contractors to furnish labor, equipment, and supplies while adhering to all applicable federal, state, and local laws. This total small business set-aside opportunity falls under NAICS code 721211 for "RV Parks and Campgrounds," with a business size standard of $10 million. Quotes must be submitted via email to Cade Zelinsky by October 23, 2025, at 12:00 PM local time, and interested vendors must be registered in SAM.gov to participate.

Classification Codes

NAICS Code
721211
RV (Recreational Vehicle) Parks and Campgrounds
PSC Code
M1PA
OPERATION OF RECREATION FACILITIES (NON-BUILDING)

Solicitation Documents

6 Files
B.01.01.01 Attachment -1- Vendor_s Information.pdf
PDF17 KBSep 29, 2025
AI Summary
No AI summary available for this file.
B.01.01.01 Attachment -2-Relative Experience Form.pdf
PDF434 KBSep 29, 2025
AI Summary
The "Related Experience Form" is a mandatory document for all offerors seeking consideration for a government award. This form requires offerors to detail their contracting background and experience, specifically focusing on work relevant to the Performance Work Statement (PWS). Offerors must submit between one and three forms, providing information such as contract type, agency/firm for whom the work was performed, contact person, telephone number, and start/end dates. A detailed description of duties and any relevant training is also required. The purpose is to assess the offeror's qualifications and ensure they possess the necessary experience to perform the outlined work effectively.
B.01.01.01 Attachment -3- Past Performance Questionairre (PPQ).pdf
PDF491 KBSep 29, 2025
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in federal government RFPs, federal grants, and state/local RFPs to evaluate a contractor's past performance. It is divided into two main sections: Contractor Information and Client Information. The contractor completes details such as firm name, address, contact information, CAGE code, DUNS number, project role (prime, sub, JV), percentage of work performed, contract type (Firm Fixed Price, Cost Reimbursement), contract number, title, location, award and completion dates, original and final prices, and a description of the project's complexity and relevance to current submissions. The client then completes sections rating the contractor's performance across key areas using an adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable). These areas include Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. The questionnaire also asks if the client would rehire the firm and provides space for overall remarks, specific strengths, weaknesses, or deficiencies. Clients are encouraged to submit the completed questionnaire directly to the offeror, who then submits it with their proposal to USACE. The government reserves the right to verify all information.
B.01.02 Packet 1 Clinton Hickory and Walnut.pdf
PDF1495 KBSep 29, 2025
AI Summary
This government solicitation, W912DQ26QA002, 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 Kansas. The solicitation is a total small business set-aside with NAICS code 721211 for "RV Parks and Campgrounds" and a size standard of $10,000,000.00. Contractors must provide labor, equipment, and supplies, adhering to federal, state, and local laws. Key Federal Acquisition Regulation (FAR) clauses, including those for commercial items and prompt payment, are incorporated by reference or full text. The document also specifies Department of Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Quotes are due by October 23, 2025, at 12:00 PM local time and must be submitted via email to Cade Zelinsky, the Contract Specialist. Contractors must be registered and active in SAM.gov.
B.01.02 Packet 2 Clinton Cedar Campground.pdf
PDF1501 KBSep 29, 2025
AI Summary
The U.S. Army Corps of Engineers is issuing a Request for Quote (RFQ) for park attendant services at various lake projects in Kansas, specifically Clinton Lake and Perry Lake. This solicitation, W912DQ26QA002, is a Total Small Business Set-Aside with NAICS code 721211 for "RV (Recreational Vehicle) Parks and Campgrounds" and a size standard of $10,000,000.00. The contractor will provide labor, equipment, and supplies for these services, adhering to federal, state, and local laws. Offers are due by October 23, 2025, 12:00 PM local time, and must be submitted via email to Cade Zelinsky. The acquisition incorporates several FAR clauses, including those related to commercial items, small business programs, labor standards, and electronic payments. Key clauses cover inspection, acceptance, payment terms, and termination for convenience or cause. Contractors must be registered and active in SAM.gov.
B.01.02 Packet 3 Perry Slough Creek.pdf
PDF1298 KBSep 29, 2025
AI Summary
This document is a Request for Quote (RFQ) from the U.S. Army Corps of Engineers for park attendant services at various lake projects in Kansas. The solicitation, number W912DQ26QA002, is a total small business set-aside with a NAICS code of 721211 ("RV Parks and Campgrounds") and a size standard of $10,000,000.00. Contractors must provide labor, equipment, and supplies, adhering to all federal, state, and local laws. Key FAR clauses are incorporated by reference or full text, including those related to commercial items, payment, and various socio-economic programs. Offerors must be registered in SAM.gov and submit quotes via email by October 23, 2025, at 12:00 PM. The document outlines detailed terms for inspection, acceptance, payment, and termination, and provides contact information for contracting specialists.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 23, 2025
amendedLatest Amendment· Description UpdatedSep 29, 2025
deadlineResponse DeadlineOct 23, 2025
expiryArchive DateNov 7, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W071 ENDIST KANSAS CITY

Point of Contact

Name
Cade Zelinsky

Place of Performance

Perry, Kansas, UNITED STATES

Official Sources