SOLICITATION NOTICE
M -- Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
- Notice Date
- 12/15/2025 7:23:58 AM
- Notice Type
- Solicitation
- NAICS
- 721211
— RV (Recreational Vehicle) Parks and Campgrounds
- Contracting Office
- W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM26QA004
- Response Due
- 1/15/2026 12:00:00 PM
- Archive Date
- 01/30/2026
- Point of Contact
- Sonny Smith, Phone: 9102514493, Troy D. Small, Phone: 9105244650
- E-Mail Address
-
sonny.z.smith@usace.army.mil, troy.d.small@usace.army.mil
(sonny.z.smith@usace.army.mil, troy.d.small@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. W912PM-26-Q-A004 This solicitation is issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-06, Effective 01 OCT 2025. This solicitation is set aside for Small Business. The North American Industry Classification System (NAICS) code is 721211 with a small business size standard of $10,000,000.00. This solicitation is for Park Attendant services for the following locations: Philpott Lake and Dam in Bassett, VA John H. Kerr Dam and Reservoir in Boydton, VA The description of each requirement is located within the Specific Park Performance Work Statement (SPWS). The provisions set forth in FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. In accordance with FAR 52.212-1(j) each prospective awardee shall be registered and active in SAM prior to award. The provisions set forth in 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Awards will be made to the lowest priced, responsible, responsive bidder, with a responsibility determination made in accordance with Federal Acquisition Regulations (FAR) 9.1, specifically 9.104-3(b), Satisfactory Performance Record. Issuance of purchase orders will be made in the order which is most advantageous to the Government. Only one offer per park location will be made by the Government. The provisions set forth in 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, applies to this acquisition. The provisions set forth in 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The provisions set forth in 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following documents have been provided: A.) Instructions for Offerors (Combined Synopsis/Solicitation) B.) Contractor Information Sheet C.) Contractor Quote Sheet D.) General Specifications for Gate/Park Attendants E.) Specific Park Performance Work Statements F.) Calendars G.) All other Supporting Files to include: - Quality Assurance Indicators for Evaluation - Park Attendant Evaluation Sheet - Bond Information - Background Check - FAR 52.212-3 - Explanation of Irrevocable Letter of Credit - Small Business Invoice Evaluation Factors: Awards will be made to the lowest priced, responsible, responsive bidder, with a responsibility determination made in accordance with FAR 9.1. Issuance of purchase orders will be made in the order which is most advantageous to the Government. Only one offer will be made by the Government per Specific Park Location. Questions are due no later than Monday January 5, 2026, 3pm EST Quotes are due no later than Thursday January 15, 2026, 3pm EST Submit questions and quotes to the Contract Specialist, Mr. Sonny Z. Smith at sonny.z.smith@usace.army.mil and the Contracting Officer, Mr. Troy D. Small at troy.d.small@usace.army.mil. INSTRUCTIONS Please read the instructions and all solicitation documents very carefully before submitting your bids. All Quote Submission Packages must include the following items: � A resume for all persons proposed to work on this contract � Contractor Information Sheet � Contractor Quote Sheet - A quote must be given for each position you are interested in; fill in the unit and the total price - You must quote on the entire base period (all days within the CLIN(s) to be considered - Please quote only on the parks you are willing to accept. If you are offered a position, but refuse to accept it, you will not be considered for another position within the Wilmington District this year. � Past Performance Documentation: - Minimum of 2, maximum of 5 references: Name address, any documentation that supports details of offeror�s past performance in similar work industry (prior work references, past performance appraisals, letters of recommendation or accommodation, audits, exit interview, certificates of accomplishment, etc) specific to skills in areas such as customer service, gatehouse operation, management, financials, computer experience, etc. � Completed copy of FAR Clause 52.212-3 - If you have completed the annual representations and certification electronically at http://www.sam.gov complete paragraph (b) of FAR 52.212-3 - If you have not completed the annual representations and certifications electronically, complete paragraphs (b) through (i) of FAR 52.212-3 - Please be sure to include your Tax ID (or SSN if individual) under paragraph (b)(3) - This information is required prior to awarding a contract � Statement that contractor is registered in SAM.gov THIS PROJECT IS SUBJECT TO THE CYBERSECURITY MATURITY MODEL CERTIFICATION REQUIREMENTS LEVEL 1 PER DFARS 252.204-7021 AND 252.204-7025. OFFERORS MUST BE REGISTERED AND HAVE, AT A MINIMUM, THE REQUISITE CERTIFICATION WITHIN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) TO BE ELIGIBLE FOR CONTRACT AWARD. PLEASE NOTE, THIS IS A NEW REQUIREMENT FOR DOD CONTRACTS AS OF 10 NOVEMBER 2025. SEE SOLICITATION PROVISION 252.204-7025 ON THE REGISTRATION REQUIREMENT. YOUR REGISTRATION MUST BE ACTIVE BEFORE A CONTRACT AWARD CAN BE MADE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b3f0392ed7d34b0eaff13a9e522c61f3/view)
- Place of Performance
- Address: Bassett, VA, USA
- Country: USA
- Country: USA
- Record
- SN07665804-F 20251217/251215230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |