FAIR MARKET VALUE (FMV) ANALYSIS at PARAMOUNT RANC
ID: 140P8625Q0037Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR GOGA(86000)SAN FRANCISCO, CA, 94123, USA

NAICS

Marketing Research and Public Opinion Polling (541910)

PSC

SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS (R405)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to conduct a Fair Market Value (FMV) rental analysis for a short-term leasing program at Paramount Ranch within the Santa Monica Mountains National Recreation Area (SAMO). The objective of this procurement is to optimize revenue generation following the ranch's reconstruction after the 2018 Woolsey Fire, requiring contractors to provide a comprehensive analysis that includes site evaluations and pricing recommendations based on comparable local properties. Proposals must be submitted electronically by May 2, 2025, with the contract expected to be awarded for a firm-fixed-price arrangement, covering performance from May 15, 2025, to July 31, 2025. Interested contractors can reach out to Michael Gabriel at Michael_Gabriel@nps.gov for further inquiries and are encouraged to conduct a site visit between April 23-25, 2025.

    Point(s) of Contact
    Gabriel, Michael
    (415) 561-4790
    (978) 318-7800
    Michael_Gabriel@nps.gov
    Files
    Title
    Posted
    The document pertains to a federal Request for Proposal (RFP) for a Fair Market Value (FMV) rental analysis related to a short-term leasing program within the Santa Monica Mountains National Recreation Area (SAMO). Contractors are required to provide compliant proposals, including pricing for baseline line items and unit-price specifics. The solicitation emphasizes the importance of accuracy in price calculations and grants the government the discretion to accept or reject options at the time of award based on the perceived value offered. Additionally, alternate proposals are encouraged if they present potential cost savings for the government, with clear identification of their benefits. The RFP outlines the need for a thorough understanding of the service requirements, as detailed in the accompanying Statement of Work (SOW) and project attachments. Ultimately, the document seeks to engage contractors who can deliver insightful analysis and effective leasing strategies for the Paramount Ranch area.
    The RFQ# 140P8625Q0037 outlines the requirement for a Fair Market Value (FMV) analysis for the Paramount Ranch as part of the Santa Monica Mountains National Recreation Area's transition to a Short-Term Leasing (STL) program. This analysis is crucial for optimizing revenue generation after the ranch's reconstruction post-2018 Woolsey Fire. The contractor will conduct a series of tasks, including an initial site tour for venue identification, confirmation of components for analysis, and a comparables analysis focusing on similar local properties used for events. Furthermore, a comprehensive report will present the methodology and findings, including recommended pricing structures for lease components. The final deliverables include a draft and final report, signed by a Realty Professional, ensuring adherence to NPS guidelines for property leases. This undertaking reflects the federal government's initiative to enhance resource management and financial sustainability within national parks.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying minimum wage requirements for federal contracts. Contracts initiated or extended after January 30, 2022, must pay workers at least $17.75 per hour, while those from January 1, 2015, to January 29, 2022, must adhere to a minimum of $13.30 per hour unless a higher prevailing wage applies. The determination includes wage rates across various occupations, particularly in California’s Los Angeles County, incorporating benefits for health and welfare, vacation, and holidays. Notably, specific provisions address the need for additional classifications and wage rates for occupations not explicitly listed, ensuring compliance with federal labor standards. The document serves as a guideline for federal contractors to fulfill labor obligations, enhancing worker protections while enabling adherence to governmental wage policies. It emphasizes the obligation of contractors to provide equitable wages and establish comprehensive labor management practices consistent with federal mandates.
    The document outlines a questionnaire template for prospective offerors in response to RFQ - 140P8625Q0037, focused on showcasing their relevant past performance and experience pertinent to the project. It is structured into two main parts: Existing Commitments and Relevant Experience. In Part I, offerors must detail past projects, including project descriptions, customer contacts, and completion percentages for projects akin to the current requirement. Part II requires a deeper dive into relevant experiences, necessitating information about contracting agencies, project scopes, and unique challenges faced. Offerors are asked to describe how they managed these challenges, reinforcing their capabilities for the project at hand. The questionnaire aims to validate offerors' qualifications by collecting data on their prior work within the last five years, ultimately facilitating informed decision-making regarding potential contractors for the government project. This comprehensive focus on past performance is essential within government RFPs, ensuring accountability and competence in project delivery while adhering to federal and local standards.
    The National Park Service (NPS) has issued Request for Quotation (RFQ) 140P8625Q0037 for a Fair Market Value (FMV) rental analysis for a short-term leasing program at Paramount Ranch, Santa Monica Mountains National Recreation Area (SAMO), California. This acquisition, set aside for small businesses, requires qualified contractors to submit proposals by May 2, 2025. Offers are evaluated based on technical capability, past performance, cost/price, and qualifications/certifications. The contract will be firm-fixed-price with performance scheduled from May 15, 2025, to July 31, 2025. Interested contractors are encouraged to conduct a site visit between April 23-25, 2025, to better understand the project requirements. The document includes various clauses, which must be reviewed and adhered to, ensuring compliance with federal regulations during the bid process. The selection process prioritizes offers that provide the best value to the government while upholding safety and health regulations. All responses must be submitted electronically to the designated Contract Specialist, Michael Gabriel, at the NPS. The overarching aim is to execute a detailed valuation analysis that aligns with NPS guidelines for property leasing.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    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.
    RFP to Lease the Farm Complex at Martin Van Buren National Historic Site
    Interior, Department Of The
    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 NERMAVALeasing@NPS.gov.