Solicitation for a Concessions Business Opportunity for Food & Beverage and Retail Services at Mabry Mill within Blue Ridge Parkway
ID: CC-BLRI009-25Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER SOUTHEAST REGION(50000)ATLANTA, GA, 30303, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

OPERATION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (M1HA)
Timeline
    Description

    The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide food and beverage and retail services at Mabry Mill, located within the Blue Ridge Parkway in North Carolina. Offerors must demonstrate expertise in resource conservation, visitor experience enhancement, and financial capability, with an initial investment requirement of $320,000 and a franchise fee of at least 1% of gross receipts projected between $600,000 and $900,000. This opportunity is significant for enhancing visitor services at a historically and culturally important site, which attracts substantial tourism due to its scenic beauty. Proposals are due by August 30, 2024, with a site visit scheduled for June 27, 2024, and interested parties should contact William Gordon at william_gordon@nps.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Blue Ridge Parkway National Park Service has issued a prospectus for a concession business opportunity focused on food and beverage and retail services at Mabry Mill. This initiative invites qualified vendors to propose plans for these services at a site known for its historical significance and natural beauty. The solicitation, designated as CC-BLRI009-25, outlines the expectations for service quality, sustainability, and visitor experience. Proposals should demonstrate an understanding of the park's mission and visitor needs, while adhering to federal guidelines and operational standards. This opportunity reflects the government's ongoing efforts to enhance recreational amenities and promote tourism within national parks. Interested parties must prepare comprehensive proposals detailing their business strategy, which will be evaluated based on both feasibility and potential impact on the park's environment and visitor engagement. Overall, this RFP aligns with federal objectives to leverage partnerships for better service delivery in public spaces.
    The National Park Service seeks a concessionaire to provide food and beverage, and retail services at Mabry Mill on the Blue Ridge Parkway. This prospectus outlines the requirements for prospective vendors. The Park Service emphasizes the historical significance of Mabry Mill and seeks a partner to enhance visitors' experiences while preserving the site's cultural integrity. Vendors must submit questions by July 5th and expressions of interest by August 9th, with the proposal deadline set for August 30th. The chosen concessionaire will be expected to deliver high-quality services, adhering to detailed specifications and historical guidelines, ensuring a memorable visitor experience.
    The National Park Service (NPS) invites proposals for a concession contract (CC-BLRI009-25) to provide food and beverage, and retail services at Mabry Mill within the Blue Ridge Parkway, effective January 1, 2025. The contract, lasting ten years, leverages historical visitation trends, projecting gross receipts between $600,000 and $900,000 with an initial investment requirement of $320,000. Offerors must demonstrate expertise in resource conservation, visitor experience enhancement, financial capacity, and outline a franchise fee of at least 1% of gross receipts. A site visit for prospective bidders is scheduled, and registration is required. The document emphasizes compliance with federal regulations, including minimum wage laws for contractors, and mandates maintenance standards for concession facilities. The area benefits from significant tourism due to its scenic beauty and cultural heritage, and the concessioner may engage in various service adjustments, including menu flexibility and operating hours. Historical data shows rising visitor numbers, indicative of the Parkway's allure. This solicitation underlines the NPS's commitment to sustainable services while enhancing visitor experiences in one of America’s renowned national parks.
    The United States Department of the Interior's National Park Service has issued a Prospectus outlining the proposal instructions for operating food and beverage and retail services at Mabry Mill under Concession Contract No. CC-BLRI009-25. The document specifies the requirements for electronic proposal submissions, including notification of intent, formatting guidelines, and the necessity for timely delivery of proposals. It addresses the evaluation criteria, emphasizing responsiveness to park conservation and visitor service objectives, experience, financial capability, and proposed financial considerations. Proposals will be assessed based on principal and secondary selection factors, with the highest scoring proposal selected as the best. Additionally, the document outlines the process for debriefings, public disclosure of proposals under the Freedom of Information Act, and cautions about submission and evaluation. It clarifies that this contract does not qualify for preferred offeror preferences and details the congressional notice period. As such, prospective Offerors are advised to thoroughly review the Prospectus and ensure compliance with all submission guidelines to participate in this competitive process.
    The proposal package CC-BLRI009-25 from the National Park Service invites submissions to operate food, beverage, and retail services at Mabry Mill within the Blue Ridge Parkway. Offerors must submit a transmittal letter, indicating acceptance of the terms, alongside a comprehensive proposal that demonstrates compliance with operational, financial, and managerial requirements. Key selection factors include responsiveness to park resource conservation, proposed visitor services efficiency, operational experience, financial capability, and proposed franchise fees. Offerors are expected to detail maintenance and winterization strategies, improvements to food and beverage services, employee management, management of infractions, and marketing plans. The review process prioritizes proposals that align with park conservation goals and provide quality visitor services. Proposals must adhere to specific formatting requirements, page limits, and inclusion of requisite documents to ensure evaluability. Overall, this RFP underscores the National Park Service's commitment to providing exceptional visitor experiences while preserving park resources through strategic concessionaire partnerships.
    The document outlines a draft concession contract (No. CC-BLRI009-25) by the United States Department of the Interior's National Park Service for food, beverage, and retail services at Mabry Mill, located along the Blue Ridge Parkway. The contract is effective for ten years, detailing responsibilities for visitor services, environmental management, and compliance with legal and regulatory requirements. Key provisions include required operational services, maintenance and facility management, employee obligations, and financial arrangements, including a franchise fee based on gross receipts. The Concessioner is tasked with promoting sustainability and adherence to Best Management Practices (BMPs) in all environmental activities, while also ensuring that operations reflect the cultural and historical significance of the area. The contract emphasizes a collaborative approach between the Concessioner and the Director of the National Park Service to ensure high-quality visitor experiences and environmental stewardship. This document serves as a foundational contract aimed at enhancing tourist services in national parks while preserving natural and cultural resources, aligning with federal standards for public services and environmental responsibilities.
    Exhibit A of Contract CC-BLRI009-25 outlines the terms and conditions related to leasehold surrender interest in capital improvements on U.S. land. It defines critical terms such as "capital improvement," "construction cost," and "leasehold surrender interest," and details the processes associated with obtaining and evaluating these interests. The document specifies that the Concessioner must receive approval from the Director before constructing capital improvements and must report findings upon substantial completion. In cases of dispute over construction costs or leasehold surrender interest valuation, binding arbitration is to be utilized. The exhibit also clarifies the actions and rights of the Concessioner, including transferring and waiving leasehold interests, while ensuring that leasehold surrender interest cannot be extinguished without just compensation. If a new concession contract is awarded, the existing leasehold surrender values are maintained or paid out if no new contract is offered. This document serves as part of the framework governing federal grants and contracts, ensuring the management of improvements meets legal and regulatory standards while providing clear paths for conflict resolution and financial compensation. It emphasizes the importance of documentation, compliance with accounting principles, and procedures aimed at fairness and transparency between concessioners and government authorities.
    The document outlines the Operating Plan for the Concessioner under the National Park Service (NPS) at the Blue Ridge Parkway. It details responsibilities for both the Concessioner and the Service, emphasizing compliance with Contract terms. Key topics include management responsibilities, general and specific operating standards, environmental management, risk management, and public relations. The plan necessitates a seasonal operational schedule, adherence to pricing methodologies, and a focus on visitor satisfaction. Significant areas of focus include food and beverage service requirements at the Mabry Mill Restaurant, retail operations, and risk management protocols to ensure visitor safety. It also mandates training programs for staff, monitoring compliance through periodic evaluations, and establishes clear policies concerning firearms, deliveries, and wildlife interactions. The plan presents structured reporting timelines for operational performance and financial reporting, with an emphasis on environmental management and sustainable practices. This Operating Plan fosters organized operations while enhancing visitor experience and promoting environmental stewardship within federal guidelines, making it an essential framework for the Concessioner’s operational conduct.
    This document outlines the nondiscrimination requirements for a government contract involving a Concessioner. Key provisions include prohibiting discrimination in employment based on race, color, religion, sex, sexual orientation, gender identity, and national origin. The Concessioner must take affirmative actions to ensure equal treatment among employees and applicants, post required notices, and comply with Executive Order 11246 and other relevant regulations. Additionally, the Concessioner is mandated to ensure that facilities offered to the public are accessible and do not discriminate against individuals with disabilities, aligning with the Rehabilitation Act of 1973. Accessibility requirements specify that programs must be operable for individuals with disabilities and prohibit any discriminatory practices in providing benefits or services. The document emphasizes the importance of compliance with various local, state, and federal laws regarding nondiscrimination, stressing that such provisions must also extend to subcontractors. In case of non-compliance, the contract may face cancellation or termination. Overall, this document showcases government efforts to enforce nondiscrimination in employment and public services within contract frameworks, essential for federal grant and RFP compliance.
    The document outlines the assigned land and real property improvements related to concession facilities at Mabry Mill under contract CC-BLRI009-25. It details the land's boundaries as shown on an accompanying map and specifies various real property improvements given to the concessioner for operational use, including the Mabry Mill restaurant, gift shop, comfort station, and parking areas. Each asset is assigned an asset code, description, type, unit of measure, quantity, construction date, historical status, and insurance replacement value. The concessioner is required to maintain insurance coverage on the listed real property assets, with responsibilities for repair or replacement, regardless of insurance proceeds. The document emphasizes the need for proper risk assessment and insurance procurement by the concessioner to mitigate potential losses. Overall, the document serves as an official record defining property rights and responsibilities relevant to government RFPs and contracts for concession operations in public spaces.
    The document, designated as CC-BLRI009-25, outlines the assigned government personal property associated with a specific contract. It provides a detailed list of the items, including a prefabricated walk-in cooler, multiple bear-proof waste and recycling receptacles, various fire extinguishers, and two walk-in freezers used for food storage in the kitchen area. Additionally, it mentions exhaust hoods equipped with fire suppression systems, decorative framed photographs and quilts in the lobby, and several sheds located in outdoor areas. Each item is described with dimensions and material specifications, highlighting its purpose and location within the facility. The document concludes with a section for approval by the Regional Director of Interior Region 2, demonstrating the official nature of the assigned property for the contract. This inventory is crucial for managing government property in compliance with federal regulations concerning the oversight of equipment and infrastructure used in federal projects and contracts.
    This document outlines the procedures for Concessioner-funded new construction and major rehabilitation projects within a specified area, ensuring compliance with federal, state, and local regulations. It emphasizes the collaborative effort required between the Concessioner and the Director, detailing the project planning and management processes. Key steps include notifying the Director of intent to proceed, submitting project statements for review, and complying with environmental and historical guidelines under NEPA and the National Historic Preservation Act. The Concessioner must establish project files, conduct assessments, maintain updated documentation, and ensure inspections. Furthermore, the procedures involve financial oversight, change management, and project close-out, with formal approvals from the Director required at multiple stages. This structured approach aims to ensure successful project outcomes while safeguarding environmental and historical integrity, reflecting the government's commitment to managing public resources effectively.
    The document outlines procedures for managing Component Renewal Reserve projects conducted by Concessioners in the National Park Service. It emphasizes the need for coordination between the Concessioner and the Director, ensuring compliance with federal, state, and local regulations, including NEPA and the National Historic Preservation Act. Key definitions are provided, such as "Asset," "Component," and "Component Renewal," detailing their roles in project planning and execution. The Concessioner is tasked with project development, while the Director oversees and authorizes initiatives. Each project must be identified in an annual Concessioner Project Plan and Report (CPPR) at least a year prior to commencement. The Concessioner must compile comprehensive project documentation, including planning, assessment, financial records, and completion reports, which require approval from the Director. The procedures emphasize accountability, technical accuracy, and the importance of inspections and project acceptance upon completion. These established guidelines are crucial for ensuring that the renewal projects meet both operational objectives and regulatory standards while maintaining the integrity of park resources.
    This document, Exhibit G of the CC-BLRI009-25 contract, pertains to the Concessioner's Leasehold Surrender Interest (LSI) in Real Property Improvements, as defined under Section 9(c)(2). It outlines the current status of the LSI, which, as of the effective date, has no recorded value, indicated by a total of $0 in Table 1. The document also mentions potential financial adjustments that may affect the LSI, including reductions noted in Table 2 due to prior payments, which have not yet been applied. Increases to the LSI are listed in Table 3, with both deductions and additions still unadjusted from the initial total. The approval of this exhibit is documented by signatures from the National Park Service's Regional Director, Mark A. Foust, and the Concessioner. This exhibits a structured approach to managing leasehold interests, essential for maintaining clarity in government contracts and compliance within federal guidelines related to concessions in national parks. Overall, it serves to document and manage the financial interests related to property improvements effectively.
    The Maintenance Plan for the National Park Service outlines the responsibilities of the Concessioner for maintaining facilities and services in the Blue Ridge Parkway area. The Concessioner is tasked with ensuring all maintenance activities are compliant with applicable laws and standards, including regular inspections, preventive and recurring maintenance, and appropriate environmental practices. Key components include an Annual Concessioner Maintenance Plan (ACMP) and Annual Concessioner Maintenance Reporting (ACMR) to track progress and expenditures. The document emphasizes proactive management of deferred maintenance and details responsibilities for various facility aspects, including buildings, landscaping, and utilities. It also highlights the importance of adhering to environmental management standards and utilizing sustainable practices. Regular updates and reporting requirements ensure accountability and oversight. Overall, this plan establishes a clear framework to maintain facility standards while promoting sustainability and compliance with federal regulations.
    This document details the insurance requirements for Concessioners under a federal contract, ensuring adequate coverage during the contract's term. Concessioners must obtain various forms of insurance, including Commercial General Liability with minimum coverage limits of $3 million per occurrence and $5 million in aggregate, alongside Automobile Liability, Workers’ Compensation, and Property Insurance, including specific provisions for flood and earthquake coverage if applicable. The insurance must cover all relevant risks and must remain valid with advance notice of cancellation provided to the service. Further, the document outlines additional insurance types for specific activities, like Environmental Impairment Liability and Professional Liability, and sets standards for the insurers regarding ratings and financial stability. All contractors involved in construction projects must also adhere to similar insurance standards. Certificates of insurance need to clearly detail coverage and limits, and any statutory requirements with higher limits take precedence. This comprehensive insurance framework aims to protect both the Concessioner and the federal entity from potential liabilities throughout the contract's execution.
    The document outlines the procedures for transitioning operations to a new concessioner following the expiration or termination of a concession contract. Key provisions include ensuring continuity of services, maintaining customer satisfaction, and the transfer of operational records, financial documentation, and employee information to the new concessioner. The current concessioner must continue operations and bookings until the transition is complete, designating a point of contact for effective communication. Upon termination, the concessioner is obligated to cooperate in transferring contracts and licenses, providing reservation information, and settling any outstanding financial obligations. This structured transition aims to minimize service disruption and operational expenses, highlighting the importance of effective collaboration outlined in government RFP processes. The document serves as a crucial guide for concessioners and government agencies involved in managing transitional operations in a systematic and orderly manner.
    The document titled "Exhibit K: Intellectual Property Licensed Marks" lists various intellectual property marks associated with the Blue Ridge Parkway. The marks include notable locations and features such as "Blue Ridge Parkway," "Mabry Mill," "Peaks of Otter," and "Johnson Farm." This exhibit is part of a broader federal initiative related to RFPs (Requests for Proposals), federal grants, and state and local RFPs. It serves to clarify the licensed trademarks that may be relevant for entities considering partnerships or funding opportunities within the national park context. The document establishes clear recognition and rights regarding these marks, which are significant for branding and heritage conservation efforts in accordance with federal regulations. Overall, it emphasizes the importance of protecting the intellectual property associated with the park's cultural and historical attractions, ensuring alignment with federal objectives regarding environmental and cultural heritage preservation.
    The Blue Ridge Parkway Concession Contract No. CC-BLRI009-25 includes a proposal package and supporting documents related to the management and operation of the Mabry Mill Restaurant. The proposal package comprises both Word and Excel formats for submission. Key materials include the 2022 restaurant menu and references to regulatory frameworks guiding concessions, such as the 2006 NPS Management Policies and the Concessions Management Improvement Act of 1998. The document provides availability of additional legal and regulatory standards, along with tools for concessioners to ensure compliance. This file serves as a resource for potential bidders to understand the requirements and expectations for operating concession services along the parkway, emphasizing sustainable food practices and risk management in alignment with National Park Service guidelines.
    The document serves as a proposal package for a concession opportunity to operate food, beverage, and retail services at Mabry Mill within the Blue Ridge Parkway, issued by the National Park Service. It outlines submission terms and conditions, requiring offerors to submit a transmittal letter indicating acceptance of the proposal terms and conditions without alteration. Specific requirements include the financial and managerial capabilities of the offeror (or an Offeror-Guarantor if not yet formed), including certifications related to debarment and legal eligibility. Selection factors for evaluating proposals emphasize responsiveness to park conservation objectives, visitor service quality, offeror experience, financial capability, and proposed franchise fees. Offerors must provide detailed plans for facility maintenance, efficient food and retail service operations, past performance histories, and environmental management measures. The document also includes requirements for marketing plans to ensure public awareness of services. The comprehensive structure ensures that proposals align with the National Park Service’s mission of conservation while facilitating necessary visitor services.
    The document outlines the procedures and requirements for submitting proposals to the National Park Service (NPS) for commercial services within national parks. It details the information collection process under the authority of the National Parks Omnibus Management Act, emphasizing the necessity for compliance with federal laws. Key components include forms for estimating initial investments and start-up expenses, outlining existing and planned assets, start-up expenses, and assumptions for income statements and cash flow statements over multiple years. The proposal package includes specific instructions for valuing assets, justifying financial projections, and providing detailed descriptions of all financial assumptions required. Also, the document stresses the voluntary nature of information disclosure, although it warns that non-compliance may affect proposal evaluation. Accurate financial projection and detailed descriptions are critical for eligible parties aiming to operate concessions within national parks, reflecting a structured framework for potential offerors to present their business plans effectively.
    The Blue Ridge Parkway is a historic 469-mile parkway in the southern Appalachians, administered by the National Park Service. It links Shenandoah National Park to Great Smoky Mountains National Park. A notable attraction along this route is the Mabry Mill, built in the early 1900s by Ed Mabry for community services, including a sawmill and gristmill. The Mill, often visited by tourists, serves as a restaurant offering a variety of breakfast options, including pancakes, eggs, and southern dishes, emphasizing local ingredients and heritage. The restaurant's menu includes healthy choices and carries on the legacy of the Mabry family by offering stone-ground grains in traditional recipes. Lunch and dinner offerings feature salads, sandwiches, and hearty entrees alongside various side dishes. Desserts like blackberry cobbler maintain the local food culture. This document appears to present information relevant to tourism, local economy, and historic preservation, reflecting federal interest in community engagement and support for heritage sites. The focus on food offerings also ties to local agriculture, presenting opportunities for grants or RFPs aimed at enhancing tourism and preserving local traditions.
    This prospectus issued by the National Park Service details the Request for Proposals (RFP) for Food & Beverage and Retail Services at Mabry Mill, a location on the Blue Ridge Parkway. Key dates include a site visit scheduled for June 27, 2024, questions due by July 5, 2024, and proposals due by August 30, 2024. Interested parties must submit their proposals and inquiries to the designated official, William Gordon, Jr., by 2:00 P.M. on the specified deadlines. This document serves as a formal announcement for vendors to propose plans for service operations at this historical site, ensuring compliance with federal guidelines and facilitating a competitive selection process. The RFP outlines the necessary steps for participation, emphasizing transparency and structured communication between the National Park Service and potential vendors.
    Similar Opportunities
    CC-PRWI001-25 Concession Business Opportunity to Provide RV Campground Services Prince William Forest Park RV Campground, VA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for a Concessions Contract to provide year-round RV Campground Services at the Prince William Forest Park RV Campground in Virginia. The selected concessioner will be responsible for offering a range of services, including asphalt-paved pull-through campsites with full hookups, retail sales, propane sales, firewood sales, and laundry services, while also maintaining various visitor amenities such as a swimming pool and playground. This opportunity is significant as the campground is the closest RV facility to Washington, D.C., attracting visitors to the park's diverse recreational offerings. Proposals are due by 4:00 p.m. ET on December 9, 2024, and interested parties should contact Jason Freeze at jasonfreeze@nps.gov for further details and to register for a site visit on October 29, 2024.
    Solicitation for a new concession contract to provide guided raft tours, marina, boat rentals, houseboat lodging, food and beverage, retail, campground, land and water-based fuel sales at Willow Beach and Black Canyon within Lake Mead NRA
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a new ten-year concession contract to provide a range of services including guided raft tours, marina operations, boat rentals, houseboat lodging, food and beverage sales, retail, campground management, and fuel sales at Willow Beach and Black Canyon within the Lake Mead National Recreation Area. This opportunity aims to enhance visitor experiences by offering diverse recreational activities and amenities in a popular natural setting. Interested parties are encouraged to attend a site visit on October 16, 2024, to gain insights into the concession operations, with registration required by October 15, 2024. Proposals must be submitted electronically by January 28, 2025, and inquiries should be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.
    Amendment No. 1 to the solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park. This contract aims to enhance visitor experiences by providing essential services such as accommodations, dining, and recreational rentals in one of the nation's treasured natural landscapes. Interested parties must submit a "Notice of Intent to Propose" by 12:00 p.m. (Pacific Time) on November 21, 2024, and electronic proposals must be submitted by 12:00 p.m. (Pacific Time) on December 19, 2024, to be considered for the award. For further inquiries, contact Kimberley Gagliolo at kimgagliolo@nps.gov or by phone at 510-914-9815.
    CC-NAMAXXX-26 Concession Business Opportunity to provide Interpretive Transportation Services at National Mall and Memorial Parks, located in Washington, DC.
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for up to three Concessions Contracts to provide year-round interpretive transportation services at the National Mall and Memorial Parks in Washington, DC. Offerors are required to develop a hop-on and hop-off tour route that includes a minimum of 11 designated stops, such as the Washington Monument and the Lincoln Memorial, while also potentially offering additional interpretive transportation routes within the park boundaries. This opportunity is significant as it supports the visitor experience at one of the nation's most iconic parklands, which attracts thousands of visitors daily. Interested parties must notify the National Capital Region Concessions Program Manager, Jason Freeze, by December 27, 2024, and submit their proposals by January 10, 2025, to be considered for this contract.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    F--Red Rock Canyon Conserv. Area Fee Collection Svcs.
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide fee collection services at the Red Rock Canyon National Conservation Area. The procurement aims to manage on-site ticket sales and reservations, ensuring high-quality customer service and compliance with federal financial guidelines, with a contract period from December 1, 2024, to November 30, 2025, and four optional one-year extensions through November 30, 2029. This opportunity is significant as it supports the management of a popular outdoor site that attracts millions of visitors annually, contributing to conservation efforts and enhancing visitor experiences. Interested small businesses must submit their quotations electronically by October 18, 2024, and can direct inquiries to Yvette Daltorio at ydaltorio@blm.gov or by phone at 774-278-3998.
    Y--Source Sought Notice
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within Petrified Forest National Park, under project number PEFO 267538. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor experiences and public engagement. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Request For Bids - National Parks of Boston - Charlestown Navy Yard Food Truck Locations
    Active
    Interior, Department Of The
    Solicitation from the Department of the Interior, National Park Service, is requesting bids for the lease of two food truck locations in the Charlestown Navy Yard at Boston National Historical Park. The lease spaces are approximately 10' by 30' each and are suitable for mobile food and beverage vending. Bidders are encouraged to inspect the site locations before submitting bids. The lease terms are up to one year, with a lease expiration date no later than April 30, 2025. Lessees will be authorized to use the leased premises on certain days of the week and during specific hours of the day. Utilities such as water hook-ups, drainage, and electricity are not provided, and lessees will be responsible for providing their own water and using gas or propane generators for mobile operations.
    MACA 258051 Replace Seasonal Housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking input for a construction project titled MACA 258051, aimed at replacing seasonal housing at Mammoth National Park in Kentucky. The project involves the construction of two two-story 12-plex housing units and the demolition of three existing single-story units, along with associated site work, utilities, and hazardous abatement. This initiative is crucial for enhancing the living conditions for seasonal staff and ensuring the sustainability of park operations. Interested parties are encouraged to respond by October 24, 2024, providing details on business size, bonding capabilities, and relevant experience, as the NPS prepares for a Request for Proposal (RFP) expected in Summer 2025, with an estimated project cost between $5 million and $10 million.