Prospectus Develpment IDIQ Firm Fixed Price
ID: 140P2125Q0008Type: Solicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

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

    The National Park Service (NPS) is seeking specialized hospitality consulting firms to assist in the development of prospectuses for concession contracts related to visitor services in national parks. The objective of this procurement is to enhance visitor experiences while ensuring reasonable profits for private operators through comprehensive market analyses, financial evaluations, and stakeholder engagement for 27-30 upcoming concession contracts, including resorts and ferry services. This initiative is crucial for maintaining high-quality services on government-owned land and effectively managing private sector contributions to park services. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a ceiling of $5 million, requires proposals to be submitted by February 27, 2025, with the anticipated performance period spanning from March 27, 2025, to March 26, 2030. Interested parties can contact Christina Gingras at christina_gingras@nps.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Source Selection Plan for evaluating proposals related to hospitality consulting services. The evaluation framework includes four key factors: Technical Capability, Management Approach, Past Performance, and Price. Factor 1 focuses on Technical Capability, examining the offeror's understanding of project requirements, technical approach, and experience in developing financial models for past hospitality projects. Factor 2 addresses Management Approach, requiring detailed insights into key personnel's qualifications and a robust quality assurance process. Factor 3 discusses Past Performance, mandating the submission of questionnaires from recent clients to gauge relevant experience. Lastly, Factor 4 pertains to Price, where offerors must complete a pricing schedule demonstrating the reasonableness of proposed labor rates in accordance with competitive evaluations. The document emphasizes the need for offerors to present a comprehensive and well-structured proposal, demonstrating both their capabilities and thorough understanding of hospitality project management, to ensure successful project execution and compliance with government standards. This Source Selection Plan serves as a critical guideline in the procurement process, ensuring that proposals meet specified criteria to facilitate effective selection of qualified contractors.
    The document outlines a pre-decisional scope of services for the National Park Service (NPS) concerning the development of a prospectus for a concession contract at Wonderfalls Lodge within Wonderfalls National Park. The consultant is tasked with providing business consultation services, focusing on understanding the market and financial feasibility of the proposed contract, including conducting due diligence, market analysis, rate studies, and financial investment analysis. The process includes optional tasks such as a scenario meeting and support for a panel evaluation. Key tasks include evaluating existing services, assessing competitive facilities, determining personal property valuation, and developing a comprehensive financial model for future concession operations. The consultant will also be responsible for ensuring compliance with quality standards and confidentiality as mandated by federal regulations. Overall, the objective is to create a robust framework for soliciting a new concession contract that supports visitor services while maximizing revenue potential for the NPS, in accordance with statutory provisions.
    The National Park Service (NPS) seeks specialized hospitality consulting firms to assist in developing prospectuses and reports for concession contracts related to visitor services in national parks. This initiative honors the legacy of providing high-quality services while ensuring reasonable profits for private operators. The scope involves 27-30 upcoming concession contracts, including resorts, ferry services, and outdoor guides, with tasks such as market analyses, rate studies, and financial evaluations. Consultants must conduct project due diligence, engage in initial prospectus development, facilitate stakeholder meetings, and evaluate bidder proposals. Confidentiality and conflict of interest regulations are emphasized, with a focus on maintaining the integrity of operations. The document outlines specific tasks, ensuring that all services align with federal laws governing institution operations and concessions management. The purpose is to enhance visitor experiences while effectively managing private sector contributions to park services.
    The document outlines a Request for Proposals (RFP) for Project Due Diligence, focusing on financial investment analysis, market studies, and development of prospectus documents concerning various services, including personal property and food and beverage. Key tasks include market analysis, rate studies, and scenario-based evaluations to inform decisions on facility operations and improvements. Labor categories vary by required qualifications, emphasizing educational background and experience in associated industries, particularly hospitality. The pricing section details estimations for labor hours across different roles, ensuring flexibility for contractors to propose adjustments with justifications. The contents reflect a structured approach to obtaining contractor services for effective project outcomes in alignment with federal standards and local requirements. This initiative emphasizes thoroughness in analysis and preparedness, showcasing the government's commitment to informed investment decisions.
    The document outlines a comprehensive project plan associated with the National Park Service (NPS) for conducting a series of tasks aimed at market analysis, rate comparability studies, property valuation, financial investment analysis, and the development of prospectus documents. The tasks are categorized into ten distinct sections, each detailing specific deliverables, including reports, memos, presentations, and meetings, with clearly defined timelines and review periods. Key activities include initial project planning meetings, drafting reports, conducting site visits, and performing financial analyses. The project spans from April 2025 to early 2026, featuring multiple reviews by the NPS to ensure compliance and accuracy. Each task has assigned payment schedules based on completion percentages, and optional roles for scenario analysis and panel evaluations are also highlighted. The overarching purpose of this document is to provide a structured approach to evaluating and planning national park services and concessioner relationships, which aligns with federal RFP processes and requirements for funding and collaboration. The attention to detail in task execution and deliverable timelines is critical for maintaining project integrity and ensuring effective communication with stakeholders.
    The National Park Service (NPS) is soliciting consultants for its Commercial Services Program to develop and analyze concession contract prospectuses. Required services include market analyses, property valuations, financial analyses, and draft documentation for visitor services in national parks. The selection of consultants will significantly depend on their past performance, as outlined by the Federal Acquisition Regulation. Evaluators with firsthand knowledge of the consultants' performance are asked to provide critical assessments via a structured questionnaire. This process focuses on specific project-related performance rather than overarching contracts. Responses are requested by February 27, 2025, and will remain confidential for evaluation purposes. The questionnaire seeks detailed project information, evaluator contact details, and performance ratings across various criteria, such as technical capabilities, management efficiency, and compliance with project schedules. It clarifies that the feedback is sensitive source selection information, emphasizing that it does not imply government endorsement of any participating contractors.
    The document outlines a Request for Proposal (RFP) from the National Park Service (NPS) for specialized hospitality consulting firms to develop prospectuses for concession contracts, ensuring quality visitor services on government-owned land. The RFP is structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a total ceiling of $5 million and a minimum contract value of $5,000. It emphasizes a small business set-aside, with the associated NAICS code 541611 and a size standard of $24.5 million. Bidders must submit a proposal in sections, addressing technical capability, management approach, past performance, and pricing. Each section has specific page limits and requirements, emphasizing the need for compliance with federal regulations and a demonstrated history of similar consulting projects. The evaluation criteria highlight the importance of technical merits, quality assurance practices, and organizational strength, with price as a secondary factor. The anticipated performance period spans from March 27, 2025, to March 26, 2030. The document includes instructions for electronic submissions, a detailed outline of proposal contents, and notes on performance assessments. Overall, the RFP aims to secure expert consultancy for effective business planning and operational improvements within the NPS framework.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    B--This acquisition is a new requirement that solicits for a 5-year Indefinite Del
    Buyer not available
    The National Park Service (NPS) is seeking proposals for a new Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on socioeconomic research and analysis services. The primary objective of this procurement is to gather and analyze data related to visitor experiences, regional economic impacts, and community engagement, which will inform agency planning and management decisions. This initiative is crucial for enhancing land management practices and improving visitor experiences across NPS sites. The contract is anticipated to be awarded in March 2025, covering an initial five-year term with a potential six-month extension, and interested parties must be registered in the System for Award Management (SAM) with an active Unique Entity Identifier (UEI) to submit proposals. For further inquiries, contact Christina Gingras at christinagingras@nps.gov.
    Solicitation for Proposals for a New Concession Contract to Operate Lodging, Food and Beverage, Retail, Campground, and Related Visitor Services within Lake Chelan National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a new ten-year concession contract to operate lodging, food and beverage, retail, campground, and related visitor services at Stehekin within the Lake Chelan National Recreation Area. This opportunity aims to enhance visitor experiences by providing essential services in a scenic national recreation area, which is vital for tourism and local economy. Interested parties must submit a "Notice of Intent to Propose" by March 21, 2025, and electronic proposals are due by April 18, 2025, with inquiries directed to Mark Juretschke at markjuretschke@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 National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity is crucial for enhancing visitor access and experience at these natural attractions, which are significant for both recreation and conservation efforts. Interested vendors must submit their proposals by May 14, 2025, no later than 3:00 p.m. ET, and are encouraged to attend a site visit on February 13, 2025, with questions due by February 21, 2025. For further details, potential bidders can contact Cherrie Brice at CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV.
    SOLICITATION FOR A CONCESSION BUSINESS OPPORTUNITY FOR CANOE AND KAYAK RENTAL AND ASSOCIATED TRANSPORTATION (SHUTTLE) SERVICES WITHIN BUFFALO NATIONAL RIVER.
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for twelve concession contracts to provide canoe and kayak rental and associated transportation (shuttle) services within Buffalo National River, with the prospectus set to be issued on November 7, 2024. Interested offerors are encouraged to familiarize themselves with the area and services, as a formal site visit will not be conducted; all inquiries must be submitted in writing to Kelly Kager by December 9, 2024. This opportunity is significant for enhancing recreational services in the park, and proposals must be submitted by February 11, 2025, to be considered for award, with a requirement for interested parties to notify the NPS of their intent to submit a proposal by January 14, 2025. For further information, contact Kelly Kager at kellykager@nps.gov or by phone at 402-983-7154.
    GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive preservation work on asphalt roads and parking lots within the George Washington Memorial Parkway across Maryland and Virginia. The project aims to enhance infrastructure through tasks such as seal coating, milling, overlaying, and crack sealing, while adhering to strict environmental and safety protocols to minimize public disruption and protect historical resources. With an estimated contract value exceeding $10 million, this Small Business set-aside opportunity requires contractors to submit sealed proposals by the specified deadlines, with a performance period from March 21, 2025, to May 11, 2026. Interested parties can contact Zaira Lupidi at zairalupidi@nps.gov for further information.
    Notice of Solicitation for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to provide lodging, food and beverage, retail, and camping services within Badlands National Park, South Dakota. Interested organizations are invited to participate in a site visit on January 7, 2025, which will include an overview of the concession operations and a tour of the facilities, although attendance is not mandatory for proposal submission. Proposals must be submitted electronically by March 19, 2025, with a hardcopy of the Offeror’s Transmittal Letter due by March 26, 2025; interested parties should contact Eric Nikkel at ericnikkel@nps.gov for registration and further inquiries.
    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 qualified entities to manage commercial visitor services at Bryce Canyon National Park. This opportunity involves a management agreement aimed at enhancing visitor experiences, as outlined in the Visitor Experience Improvements Authority under the National Park Service Centennial Act. The services are crucial for maintaining and improving the recreational offerings within the park, ensuring a high-quality experience for visitors. Interested parties should note that the solicitation will be issued on or after February 18, 2025, with the intention to award the management agreement by December 16, 2025. For further inquiries, contact Kurt Rausch at kurtrausch@nps.gov.
    Barging Service
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for barge transportation services for the North Cascades National Park, specifically for operations on Lake Chelan. The contract, identified by solicitation number 140P8325Q0007, requires the contractor to transport materials, fuel, vehicles, and equipment between Stehekin and Chelan, WA, with provisions for storage and logistical support as outlined in the Statement of Work. This procurement is crucial for maintaining operational efficiency within the national park, ensuring timely and safe delivery of essential supplies. Proposals are due by February 18, 2025, with the contract expected to commence on March 1, 2025, and potentially extend through November 30, 2029. Interested contractors should contact John Flatt at JohnFlatt@nps.gov or call 360-854-7221 for further details.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    LANDS-REDW 12-187 SURVEY
    Buyer not available
    The National Park Service (NPS) is seeking qualified contractors to provide professional land surveying services for boundary surveys at Redwood National Park in California, specifically for tracts 12-89, 12-90, and 12-91. The project aims to establish boundaries, mark lines, and investigate potential encroachments from adjacent private properties, ensuring compliance with federal and state regulations. This procurement is critical for effective land management and preservation within the National Park System, contributing to the protection of natural resources and historical markers. Interested small businesses must submit their quotes by February 20, 2025, with questions due by February 11, 2025, and can contact Luis Cibrian at luiscibrian@nps.gov for further information. The total budget for this project is approximately $19 million, with a contract period expected from February 25, 2025, to December 5, 2025.