RFP to Lease the Farm Complex at Martin Van Buren National Historic Site
ID: MAVA_Farm-Complex_RFP_2025Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER NORTHEAST REGION(40000)PHILADELPHIA, PA, 19106, USA

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF MISCELLANEOUS BUILDINGS (X1JZ)
Timeline
    Description

    The National Park Service (NPS) is issuing a Request for Proposals (RFP) to lease the Farm Complex at the Martin Van Buren National Historic Site in Kinderhook, New York. This opportunity invites individuals or organizations to operate a commercial farm on approximately 22.4 acres, including several supporting structures, while adhering to sustainable agricultural practices and historic preservation standards. The lease emphasizes the importance of soil health and responsible farming techniques, with a maximum term of 10 years and a minimum annual rent of $24,000, subject to adjustments based on the consumer price index. Interested parties must submit their proposals electronically by February 6, 2026, and can direct inquiries to Megan O'Malley at NER_MAVA_Leasing@NPS.gov.

    Point(s) of Contact
    Christopher Schubel
    NER_Leasing@NPS.gov
    Files
    Title
    Posted
    This document outlines a lease agreement between the United States of America, acting through the National Park Service (Lessor), and a Lessee for the Farm Complex at the Martin Van Buren National Historic Site. The lease is for commercial farming, excluding poultry or livestock, and emphasizes sustainable agricultural practices. Key provisions include the Lessee's responsibility for all repairs and maintenance, compliance with all applicable laws and historic preservation standards, and obtaining necessary permits. The Lessee must also undertake initial improvements to the property as a condition of the lease, subject to Lessor approval. Rent includes an annual fixed amount, with potential CPI adjustments, and rent offsets may be applied for approved initial improvement costs. The lease also covers insurance, indemnification, hazardous materials, and conditions for default and termination.
    The National Park Service (NPS) Form 10-352, titled "BUSINESS HISTORY INFORMATION," is a crucial component of proposal packages for leases, management, or concession contracts within the National Park System. This form requires offerors, and any entities providing financial or management assistance, to disclose comprehensive business history. Key disclosures include defaults, terminations, or prohibitions from contracting, as well as bankruptcies, receiverships, foreclosures, or loan modifications within the past five years. Additionally, offerors must detail any pending litigation, administrative proceedings, or lawsuits concerning financial obligations, and any liens recorded against them in the last five years. The form also includes Privacy Act and Paperwork Reduction Act statements, outlining the authority for data collection (54 U.S. Code Chapter 1021), its purpose (managing the NPS Leasing program), routine uses of the information, and the estimated burden for completion (1 to 5 hours).
    NPS Form 10-353 collects business organization information for the National Park Service (NPS) Leasing Program, facilitating residential and commercial uses within national park units. This form is for individual or sole proprietorship entities, requiring separate completion for parent entities and noting restrictions on joint spouse proposals. The Privacy Act Statement details the authority, purpose (managing the leasing program, monitoring resources, tracking applicants, and providing public business information), routine uses for disclosing information to other government entities and the public, and the voluntary nature of disclosure, with implications for program management if information is withheld. The Paperwork Reduction Act Statement clarifies the legal authority, purpose of information use, and the OMB control number (1024-0233). It estimates a one-hour burden for completion and provides an address for comments on the burden estimate.
    NPS Form 10-354, titled “BUSINESS ORGANIZATION INFORMATION,” is a National Park Service (NPS) document used for proposals from corporations, limited liability companies, partnerships, or joint ventures. It is part of the NPS Leasing Program, which manages residential and commercial uses within National Park System units. The form collects information to ensure compliance with federal laws, monitor affected resources, track lease applicants and holders, and provide public access to business contact information. While disclosure is voluntary, failure to provide information may impede the NPS's ability to manage the leasing program and monitor resources. The collection of this information is authorized under 54 U.S. Code Chapter 1021 and is required to obtain or retain a benefit. The estimated burden for completing the form ranges from 5 to 10 hours.
    The National Park Service (NPS) Form 10-355A details financial statement requirements for "Small Leases" proposals, ensuring offerors can meet lease obligations and existing debts. It mandates specific financial disclosures based on the entity type: existing businesses must submit audited or reviewed income statements for the two most recent fiscal years and balance sheets for the most recent fiscal year and month. If audited statements are unavailable, businesses must complete provided templates for balance sheets and historical income statements. Sole proprietors are required to submit personal financial statements. The form also requests information on personal property to be used within the park, start-up costs for park operations, and prospective income statements to demonstrate financial feasibility for the proposed lease term. The NPS uses this information to evaluate lease proposals under the authority of 54 U.S. Code Chapter 1021.
    The National Park Service (NPS) Form 10-355A details financial statement requirements for "Small Leases" proposals, ensuring offerors can meet lease obligations and existing debts. It mandates specific financial disclosures based on the entity type: existing businesses must submit audited or reviewed income statements for the two most recent fiscal years and balance sheets for the most recent fiscal year and month. If audited statements are unavailable, businesses must complete provided templates for balance sheets and historical income statements. Sole proprietors are required to submit personal financial statements. The form also requests information on personal property to be used within the park, start-up costs for park operations, and prospective income statements to demonstrate financial feasibility for the proposed lease term. The NPS uses this information to evaluate lease proposals under the authority of 54 U.S. Code Chapter 1021.
    The provided document is a sample transmittal letter for an Offeror's Proposal in response to a Request for Proposals (RFP) to lease National Park Service (NPS) property at the Martin Van Buren National Historic Site. The letter outlines the Offeror's commitment to the proposal's terms and certifies the accuracy of the information provided, acknowledging potential criminal penalties for false statements. Key certifications include the Offeror and its principals not being debarred, suspended, or involved in certain criminal or civil offenses within the past three years. Additionally, it requires corporations to certify no unpaid federal tax liabilities or felony convictions within the preceding 24 months. The Offeror agrees to negotiate a final lease consistent with RFP requirements and comply with federal regulations. If selected, the Offeror must provide legal documentation such as certificates of good standing and governing documents.
    The “Agricultural Management Guidelines” document for the Martin Van Buren National Historic Site outlines a strategy to preserve the site’s historical character by supporting sustainable farming. Martin Van Buren’s “Lindenwald” estate, acquired in 1839, served as an experimental farm demonstrating progressive agricultural techniques with free labor. The guidelines, developed collaboratively by the National Park Service, Olmsted Center for Landscape Preservation, and Roxbury Farm Inc., integrate best agricultural practices with historic preservation standards. The document covers existing conditions, a management framework, and best management practices for soil, water, infrastructure, and pest control. It also details guidelines for agricultural features and addresses various land ownership statuses within the expanded park boundary, emphasizing communication and collaboration for effective resource protection, visitor experience, and farm operations.
    The National Park Service (NPS) is issuing a Request for Proposals (RFP) to lease the Farm Complex at Martin Van Buren National Historic Site. This opportunity seeks individuals or organizations to operate a commercial farm on approximately 22.4 acres, including several supporting structures. The lease emphasizes sustainable agricultural practices, soil health, and historic preservation, aligning with NPS values and the site's history. Key requirements include adherence to organic farming guidelines, responsible pest and weed management, and erosion control. The maximum lease term is 10 years, with a minimum annual rent of $24,000, subject to CPI adjustments. Proposals must detail proposed use, maintenance plans, financial capability, experience in similar operations, and environmental enhancement strategies. The NPS will evaluate proposals based on compatibility with park values, financial viability, and environmental commitment, with an anticipated lease effective date of March 1, 2026.
    Lifecycle
    Similar Opportunities
    Rock Creek Park Little House Leasing Opportunity
    Buyer not available
    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 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 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.
    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.
    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.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--VICK 209252 Stabilize Mint Spring Bayou & VICK 310725/324137 Stabilize Terraces
    Buyer not available
    The Department of the Interior's National Park Service is seeking market information from businesses regarding two stabilization projects at Vicksburg National Military Park in Mississippi. The projects aim to stabilize Mint Spring Bayou and the Terraces and Graves, addressing significant erosion that has impacted veteran gravesites and cultural resources within the park. Given the cultural significance of the site, the anticipated construction projects are expected to exceed $15 million and will require compliance with archaeological preservation measures. Interested businesses must submit their qualifications, including company information and bonding capacity, by April 2, 2025, in response to the Sources Sought Notice, as a Request for Proposal (RFP) is anticipated to be issued in 2025. For further inquiries, interested parties can contact Carlos Garcia at carlosgarcia@nps.gov or by phone at 720-900-6595.
    Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for a 20-year Granger-Thye Concessions Resort Permit to operate and maintain the Shores Lake and White Rock Recreation Areas within the Ozark-St. Francis National Forests in Arkansas. The selected concessionaire will be responsible for managing recreation facilities, collecting fees (with discounts for federal pass holders), and overseeing day-to-day operations, including maintenance and waste management. This opportunity is significant for enhancing public access to recreational services in the area, with an average gross revenue of approximately $258,709.48 over the past three years. Interested applicants must submit a comprehensive proposal, including a business plan and a minimum annual fee of $12,314.57, by March 2, 2026, and are encouraged to attend a mandatory site tour on January 5, 2026. For further inquiries, contact David Brickley at 479-667-2191 or via email at david.brickley@usda.gov.
    Grazing Outlease for NWS Seal Beach Detachment Fallbrook Parcel 4A01
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting bids for a grazing outlease on approximately 7,326 acres of land at the NWS Seal Beach Detachment Fallbrook, California (Parcel 4A01). The lease is intended for livestock grazing, with an initial term of five years starting January 1, 2026, and the option for five additional one-year extensions, requiring the lessee to manage a minimum of 1,200 Animal Unit Months (AUMs) annually. This opportunity is significant as it supports military activities while allowing for agricultural use, ensuring compliance with environmental regulations and conservation efforts. Interested bidders must submit their proposals by October 29, 2025, at 2:00 PM Pacific Time, and can direct inquiries to Elizabeth Galindo at elizabeth.galindo1.civ@us.navy.mil or by phone at 619-705-4484.