Nashville District Park Attendants - Western & Eastern Regions
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Nashville District, is soliciting proposals for Park Attendant services across multiple campgrounds and day-use areas within its Western and Eastern Regions. This acquisition, identified as Solicitation W912P526QA010, is a Total Small Business Set-Aside and seeks qualified contractors to manage recreation facilities. Offers are due by March 6, 2026, at 11:00 AM CT.
Scope of Work
The selected contractor will furnish all necessary labor, equipment, fuel, transportation, tools, and supplies to provide specified park attendant services. This requires a two-person contractor team, aged 21 or older, physically and mentally capable, with no minor children. Subcontracting is not permitted. Core duties include fee collection, managing reservations via Recreation.gov, providing visitor information and assistance, posting/removing shelter reservations, enforcing quiet hours, and general maintenance of park facilities, including gatehouses and living areas. Contractors must comply with all Federal, State, County, and Municipal laws, as well as specific USACE procedures. Services are required at twelve locations across Lake Barkley, Cheatham Lake, J. Percy Priest, Center Hill Lake, and Wolf Creek (Lake Cumberland).
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 721211 (Operation Of Recreation Facilities (Non Building)), with a $10,000,000 size standard.
- Solicitation Issue Date: February 17, 2026
- Offer Due Date: March 6, 2026, 11:00 AM CT
- Period of Performance: Each specific campground contract will have a base year (Calendar Year 2026) and up to three option years (CY 2027-2029). Bidders must commit to the full term, including all option years, if awarded. The base year generally spans from March 2026 to March 2027.
Submission & Evaluation
Proposals must include a resume, Contractor Data Sheet (Attachment A), Past Performance Detail Sheet & Questionnaire (Attachment B), and a color photo of the bidder's camping trailer or motor home. Award will be based on a Best Value Trade-off process, with Past Performance considered significantly more important than Price. Offerors must be actively registered in the System for Award Management (SAM.gov) with a Unique Entity Identifier (UEI); it is advised to allow at least 60 days for SAM registration renewal/reactivation.
Special Requirements & Notes
Contractors must provide a fully operable, self-contained recreational vehicle (RV) for temporary living quarters. Mandatory requirements include background investigations, AT Level I training, Suspicious Activity Reporting, OPSEC training, and E-Verify compliance. Financial requirements include a minimum $5,000 security bond or irrevocable letter of credit to cover collected funds, and contractors are responsible for a $100 change fund. Prospective park attendants are strongly urged to inspect the recreation areas to understand the scope of duties before submitting an offer. Questions regarding the solicitation must be submitted via email to Contract Specialist Bradley Eiras (Bradley.M.Eiras@usace.army.mil) no later than 72 hours prior to the closing date. The government reserves the right to make an award without discussions and may accept an offer other than the lowest price.