Rock Creek Park Little House Leasing Opportunity
ID: ROCRL0012025Type: 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 National Park Service (NPS) is offering a leasing opportunity for the "Little House" located at 3131 Nebraska Ave NW, Washington, D.C., within Rock Creek Park. The property, which is available for long-term lease for business or residential use, includes a three-bedroom home with essential amenities and is situated in a 100-year flood zone. The selected lessee will be responsible for all repairs, maintenance, and improvements to the property, with a minimum fair market rent set at $6,500 per month and a potential lease term of up to 60 years. Interested parties should note that the proposal submission deadline is January 26, 2026, and can contact Gary Shipley at NPSNCRLeasing@nps.gov or by phone at 202-619-6391 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Proposals (RFP) by the National Park Service (NPS) seeks proposals to lease the “Little House” at 3131 Nebraska Ave NW, Washington, D.C. The property, located within Rock Creek Park and a 100-year flood zone, is offered “as-is” for residential use. The selected Offeror will be responsible for all repairs, maintenance, and approved improvements. Key dates include an April 24, 2025, RFP release, May 12-23, 2025, site tours, a June 2, 2025, question deadline, and a July 31, 2025, proposal submittal deadline. The lease term can be up to 60 years, with a minimum fair market rent of $6,500 per month. Proposals will be evaluated based on use compatibility, financial capability, experience, sustainability commitment, improvement plans, and proposed rent.
    The Request for Proposals (RFP) L-ROCR-001-2025 issued by the National Park Service (NPS) seeks applicants interested in leasing the Little House, located at 3131 Nebraska Ave NW, Washington, DC. Key dates include the RFP release on April 24, 2025, site tours from May 12 to May 23, and proposal submissions by July 31, 2025. The Little House, situated within Rock Creek Park, is a one-and-a-half-story residence requiring the lessee to manage repairs and improvements while adhering to environmental guidelines. The leasing terms outline responsibilities for maintenance and insurance, with the rent set at a minimum of $6,500 per month, corresponding to the fair market value. Proposals must detail the intended use of the property, financial backing, relevant experience, sustainability measures, and the proposed lease term, which cannot exceed 60 years. The NPS will evaluate submissions based on compatibility with park preservation goals, financial capability, and potential improvements to the premises. Overall, the RFP aims to engage competitive offers that align with the NPS's mission while maintaining the integrity and enjoyment of the park area.
    This document outlines a draft lease agreement between the United States Department of the Interior, National Park Service (NPS), and a lessee for the Little House located at 3131 Nebraska Ave NW, Washington, DC. The lease, numbered L-ROCR-001-2025, details the terms governing the use and maintenance of the historic property, emphasizing that the lessee assumes all responsibilities for repair, maintenance, and compliance with applicable laws during the lease term. The scope of the lease includes definitions, authorized uses, rent payment obligations, initial improvements, compliance requirements, insurance, and provisions for damage, default, and termination. The lessee is required to undertake specific improvements and maintain the historic integrity of the property, adhering to the Secretary of the Interior’s standards. Additionally, restrictions on hazardous materials and requirements for documentation and audits highlight regulatory compliance. The lease underscores the Lessor's ownership of the premises and outlines processes for modifications, insurance, and liabilities. This agreement aims to ensure the preservation of the property while establishing a clear operational framework for the lessee.
    The document, Exhibit A: Little House Lease Boundary, is a site plan detailing the lease boundary for 3131 Nebraska Little House, likely part of a federal or state/local RFP related to property management or leasing. It outlines the precise dimensions and corners of the lease area, starting from corner A on the NW corner of 3131 Nebraska Little House along the DC Right of Way, extending 38.85 feet to corner B. From corner B, it goes 108.0 feet to corner C, located behind a brick wall and bollards. From corner C, the boundary spans 69.24 feet to corner D, also behind bollards. Finally, from corner D, it measures 98.66 feet back to corner A, along the DC Right of Way for Nebraska Ave. NW. The plan also indicates a shared public parking area and the adjacent property at 3125 Nebraska Ave. NW, providing a clear visual and textual description of the leasehold boundaries.
    The document outlines the lease boundary for the Little House located at 3131 Nebraska Ave. NW. It describes the precise measurements and directional coordinates of the boundary starting from corner A on the northwest corner of the property, proceeding through corners B, C, and D, and returning to corner A. The total dimensions include distances of 38.85 feet along the DC Right of Way, followed by lengths of 108.0 feet, 69.24 feet, and 98.66 feet around a shared public parking area. This detailed geographic specification is essential for defining property limits and ensuring compliance with local zoning and land use regulations. Overall, the document serves as a formal delineation necessary for potential lease agreements within the framework of federal and local government procedures regarding public land use.
    The Little House NPS Lease # L-ROCR-001-2025 outlines comprehensive insurance requirements for the lessee, crucial for federal government RFPs, grants, and state/local RFPs. It mandates various insurance types, including property, boiler and machinery, worker's compensation, general liability (minimum $5 million per incident, $6 million aggregate), and business interruption coverage, all at Lessor's discretion or specified minimums. During construction, the lessee must also maintain performance and payment bonds, if requested, and comprehensive "all risk" builder's risk insurance. Key conditions include naming the United States of America/National Park Service as an additional insured, using insurers with a minimum B+ rating, and providing 30 days' prior written notice for any policy changes. The policies must ensure proceeds are payable to the lessee for repair or replacement as approved by the Lessor, with any balance going to the Lessor. The lessee must maintain all required policies throughout the lease term and avoid actions that could invalidate insurance.
    The document outlines the insurance requirements for the Lessee under the NPS Lease # L-ROCR-001-2025. It specifies that during the lease term, the Lessee must maintain various types of insurance, including property, boiler and machinery, worker's compensation, general liability, and business interruption. Each insurance policy must provide coverage amounts as determined by the Lessor, ensuring protection for both the Premises and the Lessor. During any construction, the Lessee is required to obtain performance and payment bonds, along with builder’s risk insurance to cover damages to materials and equipment. Key conditions stipulate that all insurance policies must name the United States as additional insured, be from reputable companies with a certain financial rating, and cannot be altered without prior notice to the Lessor. The comprehensive insurance framework not only protects the property and individuals involved but also ensures compliance with federal regulations, reflecting a stringent approach to risk management in government contracts and leases. Maintaining adequate insurance is crucial for liability concerns and to uphold the integrity of the lease agreement throughout its term.
    The "Little House EXHIBIT C: INVENTORY AND CONDITION REPORT - EXISTING CONDITIONS" document provides a detailed inventory and condition assessment of various assets at a property, likely for a federal, state, or local government RFP or grant. The report lists asset types such as Roof, Building Foundation, Gutters, Windows, Doors, and various interior and exterior features, along with their respective NPS Asset Numbers and current conditions (e.g., Poor, Fair, Good). Critical conditions are highlighted for some assets like the Roof Surface, Building Foundation, Exterior Window, Interior Finish, Exterior Wall Surface, Smoke Detectors, and Condenser Unit. The document concludes by stating that the Lessee is responsible for all structures, assets, utilities, landscape, and other features of the Premises. This inventory is crucial for understanding the current state of the property and for outlining maintenance and repair responsibilities.
    The document outlines an inventory and condition report for a property referred to as "Little House," detailing the status of various assets and structures. It categorizes assets such as roofs, foundations, windows, and mechanical systems, each noted with a condition rating ranging from "Good" to "Poor." Key highlights include a "Poor" condition rating for the roof surface and fair conditions for structures like the exterior walls and HVAC systems. Notably, several items, such as smoke detectors and fire sprinklers, are rated "Good." The responsibility for the maintenance and management of these structures and utilities falls on the Lessee, emphasizing the importance of upkeep to prevent further degradation. This document is relevant in the context of government RFPs and grants, as it provides critical assessments necessary for decision-making regarding property management, funding priorities, and potential restoration or renovation projects. Maintaining asset integrity is essential for ensuring safety and functionality, aligning with broader governmental strategies for property stewardship and community investment.
    Exhibit D, titled "Deferred Maintenance Little House," outlines required maintenance and repair items for a property, identified as possible elements for a
    The document details deferred maintenance needs for the Little House, as listed in Criterion Five of a related RFP. Key items include the repair and painting of rotting window framing and wood siding, tuckpointing of the brick exterior, and the restoration of the brick sidewalk and retaining wall. Ongoing landscape maintenance is also necessary, which involves trim work on overgrown bushes, lawn mowing, edging, and vine removal from various areas adjoining the structure. This maintenance documentation serves as a basis for future proposals, indicating the essential repair work needed to enhance the property’s condition and appeal for potential offers. The focus aligns with federal and local initiatives to maintain and improve government assets, thereby facilitating better service delivery and safeguarding public interest.
    The document "EXHIBIT E: Lead-Based Paint Disclosure of Information" is a mandatory disclosure form for housing built before 1978, specifically for NPS Lease # L-ROCR-001-2025 (Little House). Its purpose is to inform lessees about the potential presence of lead-based paint and associated hazards. The lessor must disclose any known lead-based paint or hazards and provide relevant records or reports. The lessee acknowledges receipt of this information and a federally approved pamphlet on lead poisoning prevention. Both parties certify the accuracy of the information provided. The document also notes its approval under the Paperwork Reduction Act by OMB (Control No. 2070-0151), highlighting the mandatory nature of responses as per 40 CFR 745 and estimating a public reporting burden of 0.12 hours per response. This disclosure is crucial for ensuring awareness of health risks, especially for young children and pregnant women, in pre-1978 housing.
    The document outlines the Lead-Based Paint Disclosure requirements as part of the lease agreement for a property built before 1978. It highlights the dangers of lead exposure, particularly for young children and pregnant women, and mandates that lessors must inform lessees about any known lead-based paint or hazards in the dwelling. Specifically, the lessor must disclose if lead is present and provide any related records. The lessee must confirm receipt of this information and a federal pamphlet on lead poisoning prevention. The document also includes a certification clause for both parties to affirm the accuracy of the information provided. Additionally, it mentions compliance with the Paperwork Reduction Act, requiring a valid OMB control number for the collection of information stated, and estimates a minimal reporting burden for respondents. This disclosure is integral to ensuring safety in rental housing and compliance with federal regulations concerning lead-based paint.
    The National Park Service (NPS) requires comprehensive financial and business information from offerors for small leases, as outlined in OMB Form 1024-0233. This includes detailed financial statements, such as income statements and balance sheets for existing businesses, and personal financial statements for sole proprietors, to assess financial solvency and ability to meet lease obligations. Offerors must also provide information on personal property to be used or acquired for park operations, estimated start-up costs, and prospective income statements. Additionally, the proposal package includes forms for business organization information (Forms 10-353 and 10-354) and a business history form (Form 10-352) to evaluate past financial conduct, defaults, bankruptcies, litigation, and liens. The collection of this information is voluntary but essential for the NPS to manage its leasing program, monitor resources, track lease holders, and provide public information on park services.
    The document outlines the financial requirements and organizational information needed for submitting a lease proposal to the National Park Service (NPS). It stipulates that Offerors must provide comprehensive financial statements, including income statements and balance sheets, to demonstrate their financial capability to fulfill lease obligations. Depending on the business structure, they may need to submit either personal or business financial information. Additionally, the document includes tables for detailing current assets, liabilities, income sources, start-up costs, and projected revenues and expenses for the proposed operation. It emphasizes the importance of transparency, requiring full disclosure of any financial defaults, bankruptcies, or pending legal issues that could affect the Offeror's ability to meet obligations. The purpose of this information gathering is to ensure that lease activities within the park comply with federal laws and are financially feasible. This systematic collection is vital for managing the NPS Leasing Program and maintaining oversight of business transactions within the national park system. Overall, the process aims to uphold the integrity and sustainability of operations within national parks while protecting public interest.
    The document is a template transmittal letter for proposals submitted to the National Park Service (NPS) for leasing the "Little House" property in Rock Creek Park, identified as Lease No. L-ROCR-001-2025. It outlines the certifications and agreements required from the Offeror (prospective lessee). Key certifications include assurances that the Offeror, or its principals, are not debarred, suspended, or involved in certain criminal or civil offenses, nor have they had public transactions terminated for cause within the last three years. Corporate Offerors must also certify no unpaid federal tax liability or felony convictions in the past 24 months. The letter specifies that false statements can lead to criminal penalties. If selected, the Offeror agrees to negotiate a final lease consistent with the RFP, comply with federal regulations (2 C.F.R. Parts 180 and 1400), and, if an entity, provide good standing certificates and governing documents. The document serves as a crucial component of the federal RFP process, ensuring compliance and integrity from prospective lessees.
    The document is a template for an Offeror's Transmittal Letter submitted to the National Park Service (NPS) for a lease proposal concerning the Little House in Rock Creek Park. It outlines the requirements and responsibilities of the Offeror, which may be an individual or entity, in relation to the submission of their proposal in response to the Request for Proposals (RFP) for Lease No. L-ROCR-001-2025. The Offeror must certify their compliance with several criteria regarding their legal and financial standing, including not being debarred, suspended, or involved in criminal activity. They are also required to disclose any relevant incidents if unable to meet specific certifications. In case of selection, the Offeror agrees to negotiate and execute a final lease and must provide various documentation within ten days of selection, affirming their legitimacy as an operating entity. This document is structured to ensure that the Government can assess the qualifications and reliability of each Offeror, promoting transparency and integrity in the leasing process for federal properties. Overall, it emphasizes compliance with federal regulations and positions the NPS to secure responsible lessees for park properties.
    The National Park Service (NPS) has issued Amendment #2 for Solicitation Number ROCR-L-001-2025, extending the deadline and scheduling site visits for proposals to lease the Little House in Rock Creek Park, National Capital Region. This amendment updates key dates: the RFP Release was April 24, 2025; site tours are scheduled for December 8-12, 2025, and January 5-6, 2026; the question submission deadline is January 7, 2026; and the proposal submittal deadline is January 26, 2026. Negotiations are anticipated to begin eight to twelve weeks after proposal submission, with the lease effective date to be determined through negotiation. This notice is a critical update for all requesters interested in the long-term lease opportunity.
    The National Park Service (NPS) has issued Amendment #1 to Request for Proposals No. ROCR-L-001-2025, which solicits proposals to lease the "Little House" property in Rock Creek Park, National Capital Region. This amendment specifically extends the due date for proposal submissions and updates other key dates for the RFP. The revised schedule includes an RFP release date of April 24, 2025; site tours from August 25-29 and September 22-26, 2025; a question submission deadline of October 6, 2025; and a proposal submittal deadline of November 25, 2025. Negotiations are anticipated to begin eight to twelve weeks after proposal submittal, with the lease effective date to be determined post-negotiation.
    The National Park Service (NPS) has issued Amendment #1 to the Request for Proposals (RFP) No. ROCR-L-001-2025, which seeks proposals for leasing the "Little House" in Rock Creek Park. The amendment extends key deadlines for submitting proposals and inquiries related to this RFP. Key updates include the new proposal submission deadline of November 25, 2025, and the question submission deadline of October 6, 2025. Additionally, site tours will be available by appointment from August 25 to 29 and September 22 to 26, 2025. After proposal submission, negotiations are anticipated to begin eight to twelve weeks later, with the lease's effective date still to be determined based on negotiations. This extension allows potential bidders additional time to prepare their proposals, thereby promoting increased participation and competition, ultimately benefiting the NPS and the public by ensuring a well-considered leasing process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    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
    Buyer not available
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    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.
    AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center
    Buyer not available
    NASA's George C. Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of Parcel 7, a 5.1-acre property located within Redstone Arsenal in Huntsville, Alabama. The objective is to lease this underutilized land to commercial or federal entities whose activities align with MSFC's mission and enhance U.S. competitiveness in the aerospace sector. The lease offers a 10-year base term with two additional 10-year options, and proposals must detail the intended use, development plans, financial viability, relevant experience, and anticipated economic impact on the local community. Proposals are due by January 5, 2026, with a Q&A period extending until December 12, 2025. Interested parties can contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.
    A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a Concession Contract to provide various services, including lodging, campgrounds, food and beverage, retail, and marina operations within Grand Teton National Park, with the contract expected to commence on January 1, 2027. This opportunity aims to enhance visitor experiences by offering a range of recreational and hospitality services in one of the nation's premier natural settings. Interested parties must submit a Notice of Intent to Propose by December 16, 2025, and electronic proposals are due by January 6, 2026, with all inquiries directed to Erica Harris at imrconcessions@nps.gov.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    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.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.
    8TN2218 - RLP Package - Nashville, TN
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of office space under Request for Lease Proposal No. 8TN2218 in Nashville, Tennessee. The procurement aims to secure between 34,000 to 35,000 ABOA square feet of fully serviced office space, with specific requirements including secure parking, fiber optic network access, and compliance with environmental, seismic, accessibility, and fire safety standards. This opportunity is critical for accommodating government operations and ensuring compliance with the Energy Independence and Security Act (EISA) and historic preservation regulations. Proposals are due by December 11, 2025, and interested parties should contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 for further details.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.