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
    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, Maryland, encompassing approximately 8.31 acres. The selected offeror will be responsible for operating the marina, which has been in operation since 1959, and may also explore alternative uses while addressing deferred maintenance and supporting environmental sustainability. This opportunity is significant for maintaining recreational access to the Potomac River and ensuring compliance with environmental regulations, as highlighted by a recent Phase II Environmental Site Assessment that identified several environmental conditions requiring attention. Proposals are due by June 9, 2025, and interested parties should contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391 for further details.

    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.
    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.
    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.
    The Phase II Environmental Site Assessment (ESA) report for Fort Washington Marina, conducted by Ausangate Environmental LLC, evaluates the environmental conditions of the site prior to its management transfer from the Maryland Department of Natural Resources to the National Park Service. The assessment identified seven recognized environmental conditions (RECs) due to past land uses and activities, including potential contamination from heavy metals, petroleum hydrocarbons, and improper handling of hazardous materials. The report indicates specific RECs associated with the marina's boat yard, pressure washer sump, above-ground storage tanks for used oil and antifreeze, and fiberglass fabricators, noting the need for further investigation and remediation in some areas. The report also identified significant data gaps regarding historical underground storage tanks, necessitating additional sampling to confirm the absence of contamination. Overall, the report outlines necessary steps for monitoring and managing environmental risks at the marina, promoting safe handling practices and potential remediation measures to protect public health and the environment around Piscataway Creek. The findings and recommendations aim to ensure compliance with environmental regulations and enhance site safety as the venue transitions to new management.
    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.
    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.
    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.
    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
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    RFP to Lease the Farm Complex at Martin Van Buren National Historic Site
    Interior, Department Of The
    The National Park Service (NPS) is issuing a Request for Proposals (RFP) to lease the Farm Complex at the Martin Van Buren National Historic Site in Kinderhook, New York. This opportunity invites individuals or organizations to operate a commercial farm on approximately 22.4 acres, including several supporting structures, while adhering to sustainable agricultural practices and historic preservation standards. The lease emphasizes the importance of soil health and responsible farming techniques, with a maximum term of 10 years and a minimum annual rent of $24,000, subject to adjustments based on the consumer price index. Interested parties must submit their proposals electronically by February 6, 2026, and can direct inquiries to Megan O'Malley at NERMAVALeasing@NPS.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Navy Career Center-Alexandria-VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,200 usable square feet of commercial retail space in Alexandria, Virginia, to support the Navy Career Center. The leased space must include a secondary egress and sufficient parking for four government vehicles, both during the day and overnight, and must comply with government leasing standards. This opportunity is crucial for providing a functional and accessible location for recruitment activities. Proposals are due by 5:00 PM on January 1, 2026, and interested parties should contact Kenneth J. Bowe at kenneth.j.bowe@usace.army.mil or 443-896-3301 for further details.
    RFI for Multiple parcels at Naval Station Great Lakes, Great lakes, IL
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking interest from industry partners for a long-term partnership opportunity to develop, redevelop, or repurpose multiple parcels at Naval Station Great Lakes in Illinois. The initiative aims to establish real estate agreements in exchange for In-Kind Consideration (IKC), which may include construction or maintenance improvements at fair market value, with preferred uses for the parcels including data centers, energy utilities, light industrial, hospitality, and commercial/mixed-use developments. Interested parties are invited to submit their redevelopment concepts and plans by 2:00 PM EST on February 19, 2026, and can attend an Industry Day on January 15, 2025, for further information. For inquiries, contact Derek Crute Jr. at derek.a.crute2.civ@us.navy.mil or Malia Ancheta at malia.j.ancheta.civ@us.navy.mil.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Interior, Department Of The
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.