National Park Service Request for Proposals (RFP) for the Rock Creek Tennis Center in Washington, DC
ID: ROCR-002-2025Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENCR REGIONAL CONTRACTING(30000)WASHINGTON, DC, 20242, USA

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)
Timeline
    Description

    The National Park Service (NPS) is soliciting proposals for the lease and operation of the Rock Creek Tennis Center located in Washington, D.C. The selected Offeror will be responsible for leasing the property "as-is," which includes undertaking significant repairs and improvements, with a required investment of $10 million within the first 18 months and an additional $15 million over the subsequent 42 months. This opportunity is crucial for maintaining and enhancing recreational facilities within Rock Creek Park, ensuring they meet community needs while preserving historic elements. Proposals must be submitted electronically by January 20, 2026, and interested parties can contact the NCR Leasing Manager at NPSNCRLeasing@nps.gov for further information.

    Point(s) of Contact
    NCR Leasing Manager
    NPSNCRLeasing@nps.gov
    Files
    Title
    Posted
    This lease agreement, L-ROCR002-2025, is between the United States of America (National Park Service) and an unnamed Lessee for the Rock Creek Tennis Center and associated property within Rock Creek Park. The lease covers the William H.G. Fitzgerald tennis stadium, indoor and outdoor courts, administrative and storage buildings, picnic areas, recreational fields, and a parking lot. The Lessee is responsible for all costs, expenses, taxes, and assessments, with rent subject to adjustment to fair market value. The agreement outlines authorized and prohibited uses, requiring NPS approval for any alterations or changes. The Lessee must undertake initial improvements, maintain the premises, manage hazardous materials, and secure insurance. The lease emphasizes the Lessor's ownership of the property, with specific considerations for historic elements within the Rock Creek Historic District.
    The National Park Service (NPS) Form 10-352, titled "BUSINESS HISTORY INFORMATION," is a crucial document for Offerors and any entities providing financial or management assistance in response to RFP# L-ROCR002-2025. This form collects essential business history, including any defaults, terminations, bankruptcies, litigation, or liens within the past five years. Its purpose is to assist the NPS in managing its Leasing Program for residential and commercial uses within national parks, ensuring compliance with federal laws and regulations. The form also aims to monitor resources, track lease applicants, and provide public information on park businesses. Disclosure is voluntary, but failure to provide the requested information may impede the NPS's ability to manage the leasing program effectively. The collection of this information is authorized under 54 U.S. Code Chapter 1021 and is approved by OMB Control No. 1024-0233.
    NPS Form 10-353 is a National Park Service (NPS) document for business organizations, specifically individuals or sole proprietorships, submitting proposals for RFP# L-ROCR002-2025. It details information collection for the NPS Leasing Program, enabling residential and commercial uses within national parks. The form outlines privacy act statements, routine uses of collected data for public information on leaseholders, and the voluntary nature of disclosure, noting that non-compliance may impede program management. The document also includes a Paperwork Reduction Act statement, indicating that the information is used to evaluate lease proposals and is required to obtain benefits. The estimated burden for completion is one hour, and it provides contact information for comments on the burden estimate, not for form submission.
    NPS Form 10-354, titled "BUSINESS ORGANIZATION INFORMATION," is a National Park Service document required for corporations, limited liability companies, partnerships, or joint ventures submitting proposals, such as RFP# L-ROCR002-2025. This form collects information to manage the NPS Leasing program for residential and commercial uses within national park units. The Privacy Act Statement details the authority (54 U.S. Code Chapter 1021 and § 306121) and purpose, which include ensuring compliance with federal laws, monitoring resources, tracking lease applicants, and providing public information on park businesses. Disclosure of information is voluntary, but failure to provide it may impede the NPS's ability to manage the leasing program and provide public information. The Paperwork Reduction Act Statement indicates the information is collected under 54 U.S.C. Chapter 1021 to evaluate lease proposals, with an OMB Control No. 1024-0233. The estimated burden for completion ranges from 5 to 10 hours.
    The National Park Service (NPS) provides a comprehensive set of financial projection forms—NPS Forms 10-359B, 10-355B, 10-359A, and Appendix X—for offerors seeking commercial leases within the National Park System. These forms are essential for federal government RFPs, outlining requirements for initial investments, start-up expenses, income statements, cash flow statements, and recapture of investments. Offerors must detail existing and planned assets, start-up costs, and provide prospective financial data for a ten-year period, including revenues, costs of goods sold, and various expenses. The documents emphasize the importance of accurate financial projections, requiring detailed assumptions for all entries. The purpose is to ensure business activities comply with federal laws, monitor resource impact, track commercial use authorization holders, and provide public information on available services. Compliance is voluntary, but failure to provide information may impede the NPS's ability to manage its Commercial Services Program effectively.
    Attachment F – Offeror’s Transmittal Letter for RFP-L-ROCR002-2025 is a critical component for potential lessees responding to the National Park Service’s Request for Proposals to operate the Rock Creek Tennis Center. This transmittal letter serves as a formal submission document where the Offeror provides essential identifying information and makes several key certifications. These certifications are legally binding and address crucial aspects such as the Offeror’s good standing, absence of debarment or suspension from public transactions, lack of criminal convictions or civil judgments related to business integrity, and no history of terminated public transactions for cause or default. Additionally, corporate Offerors must certify no unpaid federal tax liability or felony criminal violations within the past 24 months. The letter also outlines agreements the Offeror makes if selected, including negotiating a final lease consistent with RFP requirements and complying with federal regulations (2 C.F.R. Parts 180 and 1400). Entities must also agree to provide specific organizational documents within 10 days of selection. The Offeror must disclose any inability to meet these certifications with detailed explanations. This document ensures transparency, accountability, and compliance with federal contracting standards, laying the groundwork for a legitimate and responsible leasing agreement.
    This government file, "Attachment G – Personal Property L-ROCR002-2025," provides a detailed inventory of personal property, outlining various items, their quantities, and acquisition dates. The inventory includes a wide range of assets, from kitchen and concessionaire equipment like DELFIELD counters, a KOLPAK walk-in cooler, and a VULCAN steamer, to security and utility systems such as an alarm system, water main valve, and sprinkle system. The file also lists recreational equipment like a tennis bubble, tennis court net dividers, and ball machine, alongside office technology including Dell computers, Microsoft Office licenses, and a Sharp cash register. Infrastructure components like anchor bolts, a storage shed, and a furnace and generator are also documented. This comprehensive list, spanning acquisition dates from 1977 to 2021, appears to be a record of assets for a facility, likely relevant for government RFPs or grants concerning property management, inventory assessment, or facility upgrades.
    The National Park Service (NPS) has issued a Request for Proposals (RFP# L-ROCR002-2025) for the lease and operation of the Rock Creek Tennis Center in Washington, D.C. The selected Offeror will lease the property "as-is" and be responsible for its repair, maintenance, and significant improvements, including a required investment of $10,000,000 within the first 18 months and an additional $15,000,000 in the following 42 months. The lease term is negotiable, up to 60 years, and rent must be at least fair market value, with potential offsets for approved improvements. Proposals must be submitted electronically by January 20, 2026, and will be evaluated based on the proposed use, financial capability, managerial experience, sustainability plans, commitment to improvements, proposed rent, and compatibility with historic preservation. Key dates include a site visit on December 23, 2025.
    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 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.
    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.
    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 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.
    Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"
    Agriculture, Department Of
    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.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@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.
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the construction of recreation facilities as part of the NERI 227185 N156 Rend Trail Bridges and project. This procurement involves the rehabilitation of the Rend Trail and associated bridges at New River Gorge National Park, including significant tasks such as the construction of five bridges, replacement of timber cribbing walls, and improvements to trailheads. The project is crucial for enhancing visitor access and safety within the park, with a total performance period of 500 calendar days, commencing from January 5, 2026, and concluding by September 29, 2028. Interested small businesses must submit their proposals by January 8, 2026, and can direct inquiries to Rachel Dyer at racheldyer@nps.gov.