Request for Proposals to Lease NPS property at Gateway National Recreation Area for use as a Sports and Event Center
ID: GATE_Request_for_Proposals_to_Lease_Historic_Hangars_5-8Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Mar 10, 2025, 5:00 PM UTC
Description

The National Park Service (NPS) is inviting proposals for the leasing of Historic Hangars 5, 6, 7, and 8 at Floyd Bennett Field within the Gateway National Recreation Area in Brooklyn, New York, to operate as a Sports and Event Center. The selected Offeror will be responsible for maintaining the facility, which includes extensive recreational amenities, while also undertaking significant repairs estimated at approximately $5 million to ensure the property is fit for long-term use. This opportunity is crucial for enhancing public access to recreational activities in a historic setting, with proposals due by March 10, 2025, and a potential lease term of up to 20 years. Interested parties can contact Karen Edelman at Karen_Edelman@nps.gov or call 718-354-4621 for further details.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 8:12 PM UTC
The document outlines a leasing opportunity for the Floyd Bennett Field Historic Hangars 5, 6, 7, and 8 within Gateway National Recreation Area, administered by the National Park Service (NPS). It establishes the terms between the United States government and a prospective lessee, detailing definitions of key terms, lease structure, responsibilities, and maintenance requirements. The facility includes a sports and event center with various recreational amenities. The lease requires the lessee to conduct initial improvements, maintain the property in accordance with specific standards, and pay annual rent. It emphasizes compliance with national preservation laws, the necessity of obtaining approvals for any alterations, and the prohibition against hazardous activities. The lessee bears financial responsibility for maintenance, must provide a maintenance plan, and is subject to audits. Overall, the lease ensures that the historic property is preserved while facilitating public access to recreational activities, marking a strategic partnership in promoting national heritage and community engagement.
Jan 15, 2025, 8:12 PM UTC
The National Park Service (NPS) Form 10-352 is a Business History Information Form that applicants must complete when submitting lease proposals for commercial activities within national parks. The form requests information about the applicant’s business history, specifically addressing any past defaults, bankruptcies, pending litigation, and recorded liens from the last five years. Each applicant must answer questions truthfully, indicating whether they have faced financial or legal issues that could impact their ability to fulfill obligations. Additionally, the form provides a Privacy Act Statement outlining the authority, purpose, and routine uses of the information collected, which includes monitoring and managing the leasing program. The estimated burden for completion ranges from 1 to 5 hours, signifying the form's significance in ensuring responsible management of business activities within national parks. Non-submission of the information may hinder the NPS’s management effectiveness and ability to inform the public about service providers. Overall, this document is integral to maintaining compliance and due diligence in contracting processes within the NPS framework.
The NPS Form 10-353 is a document utilized by the National Park Service (NPS) for the submission of leasing proposals related to residential and commercial uses within the National Park System. It is designed for individual business entities, including sole proprietorships, requiring that only one individual serves as the Offeror for proposals involving married couples, unless they establish a formal business organization. The form contains privacy statements, emphasizing the collection of information under the authority of various U.S. codes related to privileges and leases. It outlines the purpose of data collection, which includes managing the NPS Leasing program, monitoring resource impacts, and providing public access to leaseholder information. Additionally, it informs respondents that their participation is voluntary but necessary for effective management and compliance. The document adheres to the Paperwork Reduction Act, estimating that completion will take approximately one hour. Overall, this form is crucial for maintaining standards within national parks while facilitating business opportunities. It underscores the importance of regulatory compliance and public service transparency within the scope of NPS operations.
The NPS Form 10-354 is a document utilized by the National Park Service (NPS) for managing lease proposals for residential and commercial uses within units of the National Park System. This form is specifically designed for business entities such as corporations, partnerships, and joint ventures to provide essential organizational information. Key purposes of the data collected include facilitating lease management, monitoring resource impacts, tracking lease holders, and providing public access to information about businesses operating in national parks. The document emphasizes the voluntary nature of the information disclosure; however, failure to comply may hinder the NPS’s ability to effectively manage leases and monitor resource impacts. It is governed by the Privacy Act and the Paperwork Reduction Act, requiring the collection of this information under a valid OMB control number. The estimated completion time for the form varies from 5 to 10 hours, depending on the complexity of the business. This document is central to the NPS's lease management processes, ensuring alignment with federal regulations while enabling public engagement with service providers in national parks.
The NPS Form 10-355A is a proposal package utilized by the National Park Service (NPS) for evaluating offers related to small leases. The primary purpose is to gather financial statements and projections from offerors to assess their capability to meet lease requirements and cover existing debts. Required documents include both audited financial statements (income statements and balance sheets) for existing businesses and personal financial statements for sole proprietors. The form outlines specific tables for recording financial information, including current assets, liabilities, revenue sources, and estimated operating costs. Additionally, the form requests details on personal property used for operations within the park, projected start-up costs, additional personal property investments, and a prospective income statement for the first year. This structured approach ensures a comprehensive evaluation of an offeror’s financial viability, crucial for maintaining NPS operations efficiently. The document also emphasizes compliance with federal laws and regulations, tracking of lease applicants, and disclosure practices to inform the public on available services within national parks, indicating its broader implications for government contracting and resource management.
Jan 15, 2025, 8:12 PM UTC
The document outlines the "Offeror Financial Projections" form required by the National Park Service (NPS) for applicants seeking leases to conduct commercial activities within national parks. It serves as a template for offerors to calculate and report their initial investments, start-up expenses, and financial projections, ensuring compliance with federal regulations. Key sections include existing asset valuations, planned asset acquisitions, start-up expenses, and an income statement spanning multiple years. The form emphasizes the importance of accurately estimating financial projections and outlines specific guidelines for categorizing expenses and revenues. It also details the necessary documentation to support projections, including descriptions for existing and future assets, revenue assumptions, and cash flow forecasts. In summary, this comprehensive requirements document is crucial for streamlining financial assessments related to concession contracts in national parks, ensuring transparency and adherence to federal standards for commercial operations within these protected areas.
Jan 15, 2025, 8:12 PM UTC
The document is a transmittal letter from an Offeror submitting a proposal to lease facilities at the GATE Sports and Events Center, located within the Gateway National Recreation Area, in response to a National Park Service (NPS) Request for Proposals (RFP). It outlines the Offeror's agreement to the terms defined in the RFP and certifies that all provided information is accurate and complete, acknowledging potential penalties for false statements. The Offeror commits to meeting minimum requirements of the proposed lease and affirms that neither they nor any related entities are debarred or have significant legal issues. Additionally, the Offeror agrees to execute the final lease within thirty business days upon presentation by the NPS. The letter serves to formally submit the proposal and indicate the Offeror's compliance with federal regulations related to public transactions. It emphasizes the Offeror's qualifications and readiness to operate the designated properties while ensuring adherence to legal and contractual obligations.
Jan 15, 2025, 8:12 PM UTC
The leasing opportunity at Gateway National Recreation Area involves historic Hangars 5, 6, 7, and 8 at Floyd Bennett Field, requiring the Lessee to finance specific improvements. These enhancements, which include essential repairs such as replacing roofs, elevators, compressors, and heating/ac units, must comply with the 2024 International Building Code and National Park Service regulations. The lease duration will correspond with the investment level presented by the Lessee and cost estimates must be substantiated by credible evaluations. Routine maintenance is not included as "major capital improvements." Lessees will also incur annual utility costs close to $1 million. The document outlines various tasks requiring assessment, emphasizing compliance with safety codes and standards during construction or modification. This leasing opportunity is structured within federal and state government frameworks, demonstrating a commitment to preserving and enhancing historic properties while ensuring safety and regulatory adherence.
The National Park Service (NPS) has issued a Request for Proposals (RFP) for the leasing of Historic Hangars 5, 6, 7, and 8, located at Floyd Bennett Field in Brooklyn, NY. This RFP invites individuals and organizations to submit proposals for the operation and enhancement of these underutilized facilities as a sports and events center. Key dates include the proposal release on January 6, 2025, with submissions due by March 10, 2025. The selected Offeror will negotiate a lease, emphasizing the continued sports and recreational use while considering additional lawful activities. Proposals must demonstrate financial capability, relevant experience, and a commitment to environmental sustainability. The chosen operator is responsible for substantial repairs estimated at around $5 million and must comply with historic preservation standards. The evaluation criteria include compatibility with NPS values, financial proposals, operational plans, and a sustainable approach to managing the property. The lease term is negotiable, with a maximum duration of up to 20 years. The NPS aims to find an operator who can improve the facilities and manage existing user groups, while adhering to regulatory requirements and fostering public enjoyment of the park space.
Lifecycle
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 soliciting proposals for the lease of the RV Park and Campground located at Fort Monroe National Monument in Virginia. Interested individuals or organizations are invited to submit proposals to operate the campground and event venue, which includes various camping accommodations and facilities on a 13-acre site. This opportunity is significant for enhancing visitor experiences while ensuring the preservation of the park's historical and natural resources. Proposals must be submitted electronically by June 6, 2025, with further inquiries directed to Jaci Wells at FOMRLeasing@nps.gov. The lease term is anticipated to be 10 years, with rent set at Fair Market Value Rent (FMVR) of 10% of gross revenue.
Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is preparing to issue a pre-solicitation notice for a Request for Proposal (RFP) focused on repairing the earthen roof structure of Fort Tompkins at the Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to enhance the roof's water-repelling capabilities to address ongoing water infiltration issues that have caused damage to the masonry. This project is significant for preserving the structural integrity of the historic site, and it will be executed as a firm fixed-price contract under NAICS code 238190, with a small business size standard of $19 million and an estimated project cost between $1 million and $5 million. Interested contractors must register in the SAM system to participate, and the RFP is expected to be released by April 14, 2025, with a project duration of 365 days from the Notice to Proceed. For inquiries, contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
The Government Seeks to Lease Office and Related Space in Garden City, NY
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office and related space in Garden City, NY, with a requirement for a contiguous area of 17,209 to 18,972 ABOA square feet. The lease term is set for 20 years, including a firm commitment of 10 years, with an estimated occupancy date of June 1, 2027. This opportunity is crucial for providing a secure and professional environment for governmental operations, necessitating that the building be modern, in sound condition, and located in a neighborhood with a low crime rate and no high-risk tenants. Interested parties must submit their proposals electronically by April 14, 2025, through the Requirement Specific Acquisition Platform (RSAP), and can contact Dominic Vedder at dominic.vedder@gsa.gov or Jessica Delossantos-Punter at jessica.delossantos@gsa.gov for further information.
Z--Rehabilitate Rose Garden Infrastructure, Home of Roosevelt NHS
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals from construction firms to rehabilitate the Presidential Memorial Rose Garden at Gateway National Recreation Area in Hyde Park, NY. The project aims to address significant deterioration and accessibility issues within the garden, which has received minimal maintenance since the 1940s, thereby restoring its historical integrity and enhancing visitor access. This firm fixed-price contract, estimated between $1 million and $5 million, is set aside for small businesses and is expected to be issued electronically through the System for Awards Management (SAM) around April 3, 2025. Interested contractors must be registered in SAM and can contact Mary Hallmon at maryhallmon@nps.gov or 850-826-1398 for further information.
NOTICE OF AVAILABILITY TO LEASE - PIKES RIDGE RECREATION AREA, GREEN RIVER LAKE
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the leasing and operation of a commercial concession at the Pikes Ridge Recreation Area, located within Green River Lake in Kentucky. The objective is to develop and manage a range of recreational facilities and services, including camping options, general stores, and various outdoor amenities, to enhance public recreational opportunities while allowing for entrepreneurial profit. This initiative is crucial for meeting public demand for quality recreational spaces and ensuring sustainable development practices. Interested applicants must submit their sealed proposals by 1:00 p.m. EST on July 29, 2025, to the U.S. Army Corps of Engineers in Louisville, KY, and can direct inquiries to Niikorley Norals at niikorley.j.norals2@usace.army.mil or Jennifer Rahn at Jennifer.D.Rahn@usace.army.mil.
Y--FODO253278 Rehab the Visitor Center Attachment
Buyer not available
The National Park Service (NPS) is seeking qualified businesses to participate in a Sources Sought Notice for the rehabilitation of the Fort Donelson Visitor Center located in Dover, TN. The project, valued between $1-5 million, aims to complete existing work and implement critical repairs, including the construction of a new two-story addition that will enhance accessibility and feature an interpretive center. This initiative underscores the NPS's commitment to preserving historic sites while improving visitor engagement through modern facilities. Interested parties must submit their qualifications, bonding capacity, and relevant project experience by 5 PM EST on March 3, 2025, with further details available from John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
93--FY25 WEST ENTERANCE CANOPY GLASS
Buyer not available
The National Park Service (NPS) is conducting a market survey to assess contractor interest and capabilities for a project involving the replacement of canopy glass at the west entrance of Gateway Arch National Park in Missouri, anticipated to commence in late May 2025. Contractors will be required to provide all necessary labor, materials, tools, and equipment for the glass replacement, and must comply with the small business size standard under NAICS code 327211, which pertains to Flat Glass Manufacturing. This project is significant for maintaining the structural integrity and aesthetic appeal of the park's entrance. Interested firms must submit their responses, including a capability statement, via email to Joseph Bac at josephbac@nps.gov by 1200 CST on April 3, 2025, referencing the number 140P6025Q0015 in the subject line.
Request to lease Hangar / Ramp Space
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast, is soliciting offers for the lease of approximately 14,300 square feet of hangar space and 25,000 square feet of ramp space at West Palm Beach International Airport in Florida. The leased space is intended to support an executive transport mission and must be located within the airport's perimeter, ensuring ready access to runways and operational environments. This procurement is crucial for maintaining naval operations and enhancing operational efficiency at the airport, with a lease term of one year and three consecutive renewal options available. Interested parties must submit their proposals by April 9, 2025, and can contact Ferdinand L. Salomon at 904-542-5229 or via email at Ferdinand.l.salomon.civ@us.navy.mil for further information.
Amendment No. 2 to Solicitation for Proposals for a New Concession Contract to Operate Lodging, Food and Beverage, Retail, Campground, and Related Visitor Services within Lake Chelan National Recreation Area
Buyer not available
The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new ten-year concession contract to operate lodging, food and beverage, retail, campground, and related visitor services at Stehekin within the Lake Chelan National Recreation Area. This opportunity follows Amendment No. 2, which updates the Business Opportunity and Draft Contract to reflect the revocation of Executive Order 14026 regarding minimum wage for federal contractors. The selected contractor will play a vital role in enhancing visitor experiences in this scenic area, which is crucial for tourism and recreation. Proposals must be submitted electronically by 5:00 p.m. Pacific Time on April 18, 2025, and interested parties should contact Mark Juretschke at markjuretschke@nps.gov for further information and to be added to the mailing list for updates.
Z--PETE 247478 Industry Feedback Day Introduction Ses
Buyer not available
The Department of the Interior, specifically the National Park Service (NPS), is seeking industry feedback for the stabilization of the bluff at Grants Headquarters/City Point in Hopewell, Virginia. This initiative involves approximately 1,900 linear feet of bluff stabilization aimed at preserving the site's significant historical, cultural, archaeological, and natural resources, while also addressing critical erosion issues. The project is part of a broader commitment to enhance environmental integrity and safety in the area, with an emphasis on engaging contractors through a Virtual Industry Day on March 27, 2025, and an In-Person Site Visit on April 3, 2025. Interested contractors must register by March 20, 2025, and submit responses to the Request for Information (RFI) by April 10, 2025; for further inquiries, contact Marc Nguyen at marcnguyen@nps.gov or call 720-448-1166.