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
    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
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Request for Proposals to Lease NPS property at Gateway National Recreation Area for use as Golf Facilities
    Buyer not available
    The National Park Service (NPS) is inviting proposals for leasing two golf facilities located within the Gateway National Recreation Area: the Jacob Riis Park Golf Course in Queens and the Flatbush Avenue Driving Range in Brooklyn, New York. Interested offerors are required to submit proposals that demonstrate their operational experience, financial capability, and sustainability initiatives, while also adhering to historic preservation standards. This leasing opportunity aims to enhance visitor engagement and operational efficiency of these recreational spaces, with a lease term not exceeding 10 years and rent reflecting Fair Market Value. Proposals must be submitted by March 10, 2025, and interested parties can contact Karen Edelman at KarenEdelman@nps.gov or call 718-354-4621 for further information.
    Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    Sources Sought Notice No. 140P2025R0049
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), has issued a Sources Sought Notice (SSN) for contractors to participate in the preservation of the Federal Hall structure and its exterior envelope located in New York, NY. This project aims to address significant deterioration in the 180-year-old building through extensive masonry repairs, façade cleaning, and restoration of historical features to ensure safety and preserve the landmark's integrity. The anticipated contract value exceeds $10 million, with a projected period of performance of 18 months, and a Request for Proposals (RFP) is expected by mid-2025. Interested contractors must submit their qualifications, including company details and relevant experience, by February 24, 2025, to the primary contact, Marc Nguyen, at marcnguyen@nps.gov or by phone at 720-448-1166.
    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 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 aims to enhance visitor experiences by providing essential services in a scenic national recreation area, which is vital for tourism and local economy. Interested parties must submit a "Notice of Intent to Propose" by March 21, 2025, and electronic proposals are due by April 18, 2025, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov.
    Navy Career Center - Garden City, New York
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the leasing or rental of office buildings for the Navy Career Center located in Garden City, New York. This presolicitation opportunity aims to secure suitable office space that meets the operational needs of the Navy Career Center, which plays a crucial role in recruitment and support for naval personnel. Interested vendors should note that the primary contact for this opportunity is Courtney McCathern, who can be reached at COURTNEY.MCCATHERN@USACE.ARMY.MIL or by phone at 917-612-8042 for further inquiries. Additional details regarding the timeline and specific requirements will be provided in the forthcoming solicitation.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    The Government is seeking to lease hangar and related space in Carolina, Puerto Rico for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) SF and maximum of 18,354 ABOA SF.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease hangar and related space in Carolina, Puerto Rico, with a requirement for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 18,354 ABOA square feet. This procurement aims to provide a facility that meets specific operational needs for housing various aircraft, ensuring 24/7 access and adequate security measures. The lease term is set for 20 years, commencing around June 1, 2026, and includes provisions for tenant improvements and adherence to energy efficiency standards. Proposals are due by 4 p.m. ET on February 28, 2025, and interested parties can contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 for further information.
    Prospectus Develpment IDIQ Firm Fixed Price
    Buyer not available
    The National Park Service (NPS) is seeking specialized hospitality consulting firms to assist in the development of prospectuses for concession contracts related to visitor services in national parks. The objective of this procurement is to enhance visitor experiences while ensuring reasonable profits for private operators through comprehensive market analyses, financial evaluations, and stakeholder engagement for 27-30 upcoming concession contracts, including resorts and ferry services. This initiative is crucial for maintaining high-quality services on government-owned land and effectively managing private sector contributions to park services. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a ceiling of $5 million, requires proposals to be submitted by February 27, 2025, with the anticipated performance period spanning from March 27, 2025, to March 26, 2030. Interested parties can contact Christina Gingras at christinagingras@nps.gov for further information.
    Z--Replace Windows Building 1199 - GOGA
    Buyer not available
    The National Park Service, part of the Department of the Interior, is soliciting proposals for the replacement of vandalized windows at Building 1199 within the Golden Gate National Recreation Area in San Francisco, California. The project involves the removal and installation of multiple windows, including specific dimensions for each, and must be completed within 60 days of receiving the Notice to Proceed. This initiative is crucial for maintaining the infrastructure of national parks, ensuring both functional and aesthetic improvements while adhering to federal regulations and labor standards, including Davis-Bacon wage rates. Interested contractors must submit their bids by March 4, 2025, and can participate in a site visit scheduled for February 19, 2025; for further inquiries, they may contact Quinn Rankin at quinnrankin@nps.gov.
    Amendment 1: Notice of Intent for Request for Qualifications/Request for Proposals to Manage Commercial Visitor Services at Bryce Canyon National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for managing commercial visitor services at Bryce Canyon National Park. This opportunity aims to enhance visitor experiences by providing a range of recreational services and amenities within the park, aligning with the objectives of promoting tourism and preserving natural resources. The selected contractor will be responsible for the operation of recreational buildings and services, which are vital for accommodating the needs of park visitors. Interested parties should contact Kurt Rausch at kurtrausch@nps.gov for further details, as this presolicitation notice indicates the beginning of the procurement process.