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
    Rock Creek Park Little House Leasing Opportunity
    Interior, Department Of The
    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.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    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.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    US Air Force Recruiting Center — Flushing NY
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1,500 square feet of commercial office space, along with parking for four vehicles, located within a quarter-mile radius of 36-40 Main Street, Flushing, New York. The office space must include a secondary egress and adhere to the Government form of lease requirements. This procurement is essential for supporting the operations of the U.S. Air Force Recruiting Center in Flushing, NY. Proposals are due by 5:00 p.m. on December 15, 2025, and interested parties should contact Stephen Brown at stephen.m.brown@usace.army.mil or by phone at 917-790-8465 for further information.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
    Agriculture, Department Of
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Amendment 2: A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a concession contract to provide lodging, campgrounds, food and beverage, retail, marina, and other services within Grand Teton National Park. This opportunity aims to enhance visitor experiences by offering a range of recreational services and amenities, with the next concession contract expected to commence on January 1, 2027. Interested parties must submit detailed financial projections and operational plans, adhering to federal regulations, with electronic proposals due by January 6, 2026, and a hardcopy transmittal letter due by January 13, 2026. For further inquiries, contact Erica Harris at imrconcessions@nps.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.