Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
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), Wilmington District, is soliciting proposals for Park Attendant Services at John H. Kerr Dam & Reservoir in Boydton, VA, and Philpott Lake & Dam in Bassett, VA. This is a Total Small Business Set-Aside Request for Quote (RFQ) for the 2026 and 2027 recreation seasons. Proposals are due February 6, 2026.
Scope of Work
Contractors will provide park attendant services, typically by a two-person team, for various parks within the John H. Kerr and Philpott Lake areas. Key duties include operating the Recreation One Stop (R1S) system for reservations and fee collection, providing visitor information, monitoring park access, and assisting with emergencies. Specific requirements, hours, and duties are detailed in the Specific Park Performance Work Statements (SPWS) and vary by location. Contractors must provide their own self-contained RV for living quarters, an operational vehicle, uniforms, and office supplies.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 721211 (Small Business Size Standard: $10,000,000.00)
- Period of Performance: Covers the 2026 and 2027 recreation seasons, with specific dates outlined in the provided calendars and quote sheets for individual parks.
- Bonding: A minimum $5,000 bond or cashier's check is required for contractors collecting fees.
- CMMC Requirement: This project is subject to Cybersecurity Maturity Model Certification (CMMC) Level 1 per DFARS 252.204-7021 and 252.204-7025. Offerors must have an active CMMC Level 1 certification within the Supplier Performance Risk System (SPRS) prior to contract award.
Evaluation Factors
Award will be made to the lowest priced, responsible, responsive bidder. Responsibility will be determined in accordance with Federal Acquisition Regulations (FAR) 9.1, specifically 9.104-3(b) for satisfactory performance record. Only one offer will be made per specific park location.
Submission Requirements & Deadlines
- Questions Due: Monday, January 5, 2026, 3pm EST
- Quotes Due: Thursday, February 6, 2026, 3pm EST
- Submission Package: Must include resumes for all proposed personnel, a Contractor Information Sheet, a Contractor Quote Sheet (with pricing for the entire base period for parks willing to accept), Past Performance Documentation (2-5 references), a completed FAR Clause 52.212-3, and a statement of active SAM.gov registration.
- Contacts: Submit questions and quotes to Contract Specialist Mr. Sonny Z. Smith (sonny.z.smith@usace.army.mil) and Contracting Officer Mr. Troy D. Small (troy.d.small@usace.army.mil).