Fort Washington Marina Lease Opportunity
ID: NACEL0012025Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENCR REGIONAL CONTRACTING(30000)WASHINGTON, DC, 20242, USA

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Jun 9, 2025, 8:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is offering a leasing opportunity for the Fort Washington Marina located in Piscataway Park, Fort Washington, Maryland. This approximately 8.31-acre property has been operational as a marina since 1959 and includes 194 wet slips, with proposals sought for its management or alternative uses that align with environmental sustainability and park conservation goals. Interested offerors must demonstrate financial capability and relevant experience, with proposals due by June 9, 2025, following the release of the Request for Proposals on April 10, 2025. For further inquiries, contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391.

Point(s) of Contact
Files
Title
Posted
The National Park Service's NPS Form 10-355A outlines the financial documentation required from offerors for lease proposals, particularly for small leases. This information is critical for assessing an offeror's ability to manage financial responsibilities related to the lease, ensuring sufficient funds for operational costs and existing debts. Offerors must submit comprehensive financial statements, including an income statement and balance sheets for the most recent fiscal year and month. For new entities, individual financial statements from stakeholders are required. The form includes specific tables for business and personal financial statements, detailing assets, liabilities, and startup costs associated with the proposed lease operations. Additionally, the form compels applicants to project future financial viability through projected income statements. It also emphasizes adherence to privacy regulations and outlines the estimated time required for completion. Overall, the document serves as a regulatory mechanism to ensure financial accountability and operational transparency from businesses operating within national park areas, facilitating compliance and resource monitoring by the NPS.
Apr 16, 2025, 8:06 PM UTC
The NPS Form 10-352, developed by the National Park Service, requires business history information from Offerors submitting proposals for leasing, management, or concession contracts. The form seeks detailed disclosures regarding any defaults, terminations, bankruptcies, liens, or legal proceedings that could affect the Offeror's financial position. Key sections include inquiries about past financial issues, including any history of defaults and pending litigations. Additionally, the document emphasizes compliance with federal regulations in managing business activities within national park units, including monitoring the impact on park resources. A Privacy Act Statement outlines the authority and purpose for collecting this information, which is voluntary but essential for evaluating lease proposals. The Paperwork Reduction Act Statement informs applicants about the estimated time needed to complete the form. Overall, this document plays a critical role in the leasing process for the National Park Service, ensuring that prospective businesses are financially viable and capable of fulfilling contractual obligations.
The NPS Form 10-353 is a document utilized by the National Park Service (NPS) for business organizations applying for leases within national park units. It outlines the necessary information related to the ownership structure, specifically in cases involving individual proprietorships. A distinction is made between proposals submitted by individuals and those requiring corporate structures in cases of joint ownership, such as spouses. The form includes a Privacy Act Statement, emphasizing the legal framework authorizing data collection, which aims to facilitate NPS leasing management, monitor resource impacts, and provide public access to business information within national parks. Key uses of the collected data include tracking leaseholders and informing the public about available services. Moreover, the Paperwork Reduction Act Statement indicates that the form complies with federal information collection standards, with an estimated completion time of one hour. Respondents are encouraged to submit feedback regarding the burden of completing the form, but completed forms should not be sent to the provided address. Overall, this document serves as a foundational tool for evaluating lease proposals in compliance with the regulations governing business operations within national park jurisdictions.
The NPS Form 10-354 is a document used by the National Park Service (NPS) to collect information from business entities submitting proposals for leasing within national parks. It necessitates completion for each submitting entity or parent organization, aimed at aiding NPS employees in managing leasing programs effectively and ensuring compliance with federal laws. The form gathers critical data to monitor business activities that might affect park resources and to provide public access to service information from leaseholders. Key elements include a Privacy Act Statement, outlining the authority and purpose of data collection, and noting that while participation is voluntary, non-compliance could hinder program management. Additionally, it includes a Paperwork Reduction Act Statement, indicating the obligation imposed by the OMB control number for the information collection process. An estimated completion time of 5 to 10 hours is noted for filling out the form. Overall, the document serves as a crucial tool for managing business engagements within the National Park System while ensuring transparency and regulatory adherence.
Apr 11, 2025, 9:11 PM UTC
The document outlines multiple site plans for the Fort Washington Marina, as part of the maintenance and operational initiatives led by the National Park Service. The plans detail various components within the marina, including boat docks (A through G), fuel systems (diesel and gasoline), a picnic pavilion, and a restaurant/marina services building. Each site plan includes a legend identifying symbols for utilities, structures, and materials such as concrete, gravel, and boardwalks. Additional features include trailers categorized as personal property, picnic areas, parking layouts, and conditions of various facilities. The plans are dated May 15, 2017, and pertain to the Fort Washington National Park in Prince George, Maryland, serving as a roadmap for the park's infrastructure and maintenance strategy. This information is essential for stakeholders involved in local government contracts and infrastructure development, ensuring compliance, safety, and effective resource management within the park's precincts.
Apr 16, 2025, 8:06 PM UTC
The National Park Service (NPS) has issued a Request for Proposals (RFP# L-NACE-001-2025) for leasing the Fort Washington Marina in Fort Washington, Maryland. The RFP offers an opportunity for individuals or entities to submit proposals that could include operating the marina or exploring alternative uses. Key dates include a proposal release on April 10, 2025, with submissions due by June 9, 2025, and negotiations anticipated to begin afterward. The marina, situated on 8.31 acres, includes 194 wet slips and has faced operational challenges due to needed dredging. The NPS welcomes proposals that address deferred maintenance, support environmental sustainability, and maintain park views. Offerors are required to demonstrate financial capability, relevant experience, and a commitment to operate sustainably, in line with the park's conservation goals. Proposals must adhere to specific submission protocols, including electronic format requirements and a clear criterion for evaluation. The selected offeror will enter negotiations to finalize lease terms, influenced by the proposed use and related improvements.
Apr 11, 2025, 4:09 PM UTC
The Request for Proposals (RFP) L-NACE-001-2025, issued by the National Park Service (NPS), invites interested parties to submit proposals for leasing the Fort Washington Marina in Piscataway Park, Maryland. Key dates include the proposal release on April 10, 2025, a site tour from May 5-9, and a proposal submission deadline on June 9, 2025. The lease, effective January 1, 2026, is for approximately 8.31 acres of marina property, which includes vacant restaurant and boat repair facilities, with the potential for redevelopment beyond traditional marina uses. Offerors must demonstrate financial capability, experience, and a commitment to environmentally sustainable practices while ensuring maintenance and upkeep of the property. Evaluations prioritize proposals that enhance visitor enjoyment and preserve scenic views from historic sites. Rent will be negotiated based on fair market value, and proposals must comply with federally mandated requirements. The RFP underscores a competitive selection process, allowing the NPS to negotiate lease terms aligned with preservation goals and visitor engagement, thus fostering responsible management of park resources.
Apr 11, 2025, 3:13 PM UTC
The RFP for the Fort Washington Marina, issued by the National Park Service (NPS), invites proposals for leasing the marina located in Piscataway Park, Maryland. Key dates include the release of the RFP on April 10, 2025, with deadlines for site tours, questions, and proposal submissions spanning from May to June 2025. The selected Offeror will negotiate a lease anticipating an effective date of January 1, 2026. The leasing opportunity encompasses approximately 8.31 acres of marina property with 194 wet slips, a boat repair facility, and a restaurant, currently facing occupancy challenges due to imposed dredging needs. The NPS is open to innovative uses beyond traditional marina operations, aiming for environmentally sustainable solutions. Essential criteria for proposal evaluation include financial capability, managerial experience, and commitment to environmental conservation. Proposals should include detailed plans for operations and any proposed improvements, alongside fulfilling federal and local regulation requirements. Rent will be negotiated, based on fair market value, and the lease will contain provisions to maintain historic property standards. This RFP highlights the NPS's commitment to preserving the park's natural and cultural resources while exploring viable operational management options for the marina.
Apr 11, 2025, 9:11 PM UTC
The Request for Proposals (RFP) #L-NACE-001-2025 seeks qualified Offerors to lease the Fort Washington Marina, located within the National Capital Parks - East in Fort Washington, MD. Key dates include the RFP release on April 10, 2025, with proposal submissions due by June 9, 2025. The selected Offeror will negotiate lease terms anticipated to start on January 1, 2026. The Marina spans approximately 8.31 acres, housing 194 wet slips, a launching ramp, and a building for marina services. While the Marina is operational, it requires maintenance, including needed dredging and repairs. The NPS is open to alternative uses for the property beyond traditional marina functions, focused on ensuring environmental sustainability and preserving scenic views from nearby historic sites. Lease terms cover duration, rent, insurance, and maintenance responsibilities, stipulating that proposals undergo evaluation based on their compatibility with park objectives and financial viability. Proposals should address environmental considerations and outline potential improvements to the premises. This RFP emphasizes a competitive selection process, allowing for diverse proposals that align with the NPS mission to protect the park’s natural and historic resources while offering public enjoyment.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Request For Proposals to Lease the RV Park and Campground at Fort Monroe National Monument
Buyer not available
The National Park Service (NPS) is inviting proposals for the leasing of the RV Park and Campground located at Fort Monroe National Monument in Virginia. This opportunity allows interested individuals or organizations to submit proposals for the exclusive rights to operate the campground and associated facilities, which include a 13-acre site with various camping accommodations and event venue capabilities. The selected lessee will be responsible for maintaining the property, ensuring compliance with federal regulations, and contributing to the preservation of the historic site, with a lease term anticipated to be around 10 years and a minimum annual rent set at Fair Market Value Rent (FMVR) of 10% of gross revenue. Interested parties must submit their proposals electronically by June 6, 2025, and can direct inquiries to Jaci Wells at FOMRLeasing@nps.gov.
Rock Creek Park Little House Leasing Opportunity
Buyer not available
The National Park Service (NPS) is seeking proposals for the leasing of the Little House located at 3131 Nebraska Ave NW, Washington, DC, within Rock Creek Park. The opportunity involves a long-term lease for a three-bedroom residence that requires the lessee to manage repairs, maintenance, and improvements while adhering to environmental guidelines and federal regulations. This property, which is situated in a flood zone and adjacent to parkland, is intended for business or personal use, with a minimum rent set at $6,500 per month, reflecting its fair market value. Interested parties must submit their proposals by July 31, 2025, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391 for further information.
CC-PRWI001-25B Concession Business Opportunity to Provide RV Campground Services Prince William Forest Park RV Campground, VA
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for a concession business opportunity to provide RV campground services at Prince William Forest Park RV Campground in Dumfries, Virginia. The selected concessioner will be responsible for offering year-round RV campground services, including full hookup campsites, retail and propane sales, firewood sales, and laundry services, within a 10-year contract set to commence on October 1, 2025. This campground, the closest RV site to Washington, D.C., features various amenities such as a swimming pool, playground, and comfort station, making it a vital recreational resource for visitors to the National Capital Region. Proposals must be submitted electronically by 4:00 p.m. ET on May 26, 2025, and interested parties should notify Jason Freeze at jasonfreeze@nps.gov at least one week prior to the submission date to receive further instructions.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
Buyer not available
The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on South Core Banks. The procurement aims to enhance visitor services by ensuring high-quality ferry operations and effective communication of services, with specific requirements for vessel capacity and operational strategies, including a commitment to customer service and complaint resolution. This opportunity is crucial for maintaining visitor access and experience in these national park areas, emphasizing compliance with conservation goals and ADA standards. Interested parties should contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.
Notice of Availability to Lease - Ives Run Recreation Area, Tioga-Hammond Lakes, Tioga, PA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of commercial concession facilities at the Ives Run Recreation Area in Tioga County, Pennsylvania. The opportunity includes the development and operation of a camp store, laundromat, and optional boat rental services, aimed at enhancing recreational offerings while ensuring quality services at reasonable prices for the public. This initiative is part of the government's strategy to improve public access to recreational facilities and promote local tourism, with proposals evaluated based on service understanding, organization, experience, and financial capability. Interested applicants must submit sealed proposals by May 1, 2025, to the U.S. Army Corps of Engineers, Baltimore District, with further inquiries directed to Cheryl Janiszewski at cheryl.l.janiszewski@usace.army.mil or Park Ranger Brandan Crabill at brandan.j.crabill@usace.army.mil.
Request for Expressions of Interest for Business Opportunity within Voyageurs National Park
Buyer not available
The National Park Service (NPS) is seeking Expressions of Interest (RFEI) for the management of facilities at the Kettle Falls area within Voyageurs National Park, including the Kettle Falls Hotel and associated structures, with operations anticipated to begin in 2027. The NPS aims to explore potential uses for these facilities, which may include lodging, food services, and visitor transportation, while encouraging innovative proposals for adaptive reuse of the buildings. The Kettle Falls area is historically significant and offers various recreational opportunities, with stable visitor numbers over the past decade. Interested parties must submit their responses by June 30, 2025, and are invited to a site visit on May 21, 2025, for which registration is required. For further information, contact Miranda Challeen at mirandachalleen@nps.gov or Tracy Simmons at tracysimmons@nps.gov.
Z--INSTALL BOAT DOCK COVERS AT WILLOW BEACH MARINA - Lake Mead National Recreation
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the installation of boat dock covers at Willow Beach Marina, located within the Lake Mead National Recreation Area in Arizona. The project involves the design, fabrication, and installation of a dock slipcover measuring 82 feet wide by 244 feet long, aimed at protecting public user boats from harsh environmental conditions. This enhancement is crucial for maintaining the marina's functionality and improving the experience for recreational users, as the existing dock slip covers were installed in 2020. Interested contractors should note that the project is set aside for small businesses and will require compliance with safety and environmental standards, including a pre-bid site visit. For further inquiries, potential bidders can contact Bradley Metler at BradleyMetler@nps.gov, with the Invitation for Bid anticipated to be posted around May 2, 2025.
Vessel Parking
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting quotations for vessel parking services to support the operational needs of the Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement requires priority parking for both wet and dry lay-up of Security Vessels (SV64s) and related equipment, with a base contract period of 12 months and four optional one-year extensions, ensuring readiness during emergencies and operational contingencies. This contract is crucial for maintaining the operational mission of the U.S. Navy, emphasizing compliance with federal standards and security protocols. Interested small businesses must submit their firm-fixed-price quotes by April 30, 2025, and can direct inquiries to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or contact Shakayla Tucker at 912-573-0224 for further details.
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.