Request for Proposals to Provide Windsurfing Instruction and Equipment Rentals within Padre Island National Seashore
ID: CC-PAIS002-26Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEIMR INTERMOUNTAIN REGION(1200)Denver, CO, 80225, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

OPERATION OF RECREATIONAL BUILDINGS (M1FB)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Jul 9, 2025, 10:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for a Concession Contract to provide windsurfing instruction and equipment rentals at Padre Island National Seashore in Corpus Christi, Texas. The selected contractor will be responsible for delivering quality windsurfing services and equipment to enhance visitor experiences at this popular recreational area. This opportunity is significant as it supports outdoor recreational activities within a national park, promoting tourism and environmental engagement. Interested parties must submit their notice of intent to propose by June 18, 2025, and electronic proposals are due by July 9, 2025; for further inquiries, contact Jennifer Parker at jennifer_parker@nps.gov.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Similar Opportunities
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
Buyer not available
The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on South Core Banks. The procurement aims to enhance visitor services by ensuring high-quality ferry operations and effective communication of services, with specific requirements for vessel capacity and operational strategies, including a commitment to customer service and complaint resolution. This opportunity is crucial for maintaining visitor access and experience in these national park areas, emphasizing compliance with conservation goals and ADA standards. Interested parties should contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.
Request for Proposals to Provide Guided Interpretive Whitewater River Trips within Dinosaur National Monument
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for up to 11 Concession Contracts to provide guided interpretive whitewater river trips within Dinosaur National Monument in Colorado. The objective of this procurement is to enhance visitor experiences by offering educational and recreational river trips, which are vital for promoting outdoor activities and environmental awareness in national parks. Interested parties must submit a notice of intent to propose by July 9, 2025, and electronic proposals are due by July 23, 2025. For further inquiries, contact Jennifer Parker at jenniferparker@nps.gov, and additional information can be found in the Prospectus available at the NPS website.
NAS Corpus Christi Splash Pad
Buyer not available
The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the construction of a new splash pad at Naval Air Station (NAS) Corpus Christi, Texas. The project involves demolishing the existing kiddie pool and installing a new splash pad within a designated area, enhancing recreational facilities for military families stationed at the base. This initiative is funded through Non-Appropriated Funds (NAF) and aims to provide a safe and enjoyable environment for community morale, with a project budget capped at $1,547,641.75. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Alanna Young at alanna.g.young.naf@us.navy.mil or Nika Maldonado at nika.n.maldonado.naf@us.navy.mil for further information.
Request For Proposals to Lease the RV Park and Campground at Fort Monroe National Monument
Buyer not available
The National Park Service (NPS) is inviting proposals for the leasing of the RV Park and Campground located at Fort Monroe National Monument in Virginia. This opportunity allows interested individuals or organizations to submit proposals for the exclusive rights to operate the campground and associated facilities, which include a 13-acre site with various camping accommodations and event venue capabilities. The selected lessee will be responsible for maintaining the property, ensuring compliance with federal regulations, and contributing to the preservation of the historic site, with a lease term anticipated to be around 10 years and a minimum annual rent set at Fair Market Value Rent (FMVR) of 10% of gross revenue. Interested parties must submit their proposals electronically by June 6, 2025, and can direct inquiries to Jaci Wells at FOMRLeasing@nps.gov.
Fort Washington Marina Lease Opportunity
Buyer not available
The Department of the Interior, through the National Park Service, is offering a leasing opportunity for the Fort Washington Marina located in Piscataway Park, Fort Washington, Maryland. This approximately 8.31-acre property has been operational as a marina since 1959 and includes 194 wet slips, with proposals sought for its management or alternative uses that align with environmental sustainability and park conservation goals. Interested offerors must demonstrate financial capability and relevant experience, with proposals due by June 9, 2025, following the release of the Request for Proposals on April 10, 2025. For further inquiries, contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391.
Request for Proposals to Manage Commercial Visitor Services at Bryce Canyon National Park through the Visitor Experience Improvements Authority (“VEIA”)
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for managing commercial visitor services at Bryce Canyon National Park under the Visitor Experience Improvements Authority (VEIA). The selected entity will be responsible for providing a range of services, including lodging, food and beverage, retail, equipment rental, and guest services such as public laundry and showers, as outlined in Management Agreement No. VA-BRCA003-25. This opportunity is significant for enhancing visitor experiences at the park, and a mandatory site visit is scheduled for May 8, 2025, with registration required by May 1, 2025. Proposals must be submitted electronically via the NPS Microsoft Teams platform by July 10, 2025, and interested parties can contact Greg Kimmitt at BRCAVEIA@nps.gov for further information and to be added to the contact list for updates.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@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.
USCG Air Station Corpus Christi Linen service
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a linen service contract at the Air Station in Corpus Christi, Texas. The contractor will be responsible for providing high-quality linen services, including bi-weekly pick-up and delivery of various linens such as sheets and blankets, ensuring they are free from stains or damage, and complying with industry standards. This contract, valued at approximately $47 million, is set to run from May 1, 2025, to April 30, 2026, and is designated as a Total Small Business Set-Aside, with proposals due by 12:00 PM CST on March 25, 2025. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Jesse McDonald at Jesse.C.Mcdonald@uscg.mil.