Request for Bids to lease residential real estate within Johnstown Flood National Memorial (JOFL)
ID: L-JOFL-24-1Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEDSC CONTRACTING SERVICES DIVISIONDENVER, CO, 80225, USA

NAICS

Real Estate and Rental and LeasingT (53)

PSC

LEASE/RENTAL OF OTHER RESIDENTIAL BUILDINGS (X1FZ)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting bids for the lease of four residential apartments located in the historic Double Cottage at the Johnstown Flood National Memorial in St. Michael, Pennsylvania. Each apartment, approximately 900 square feet, features two bedrooms and one bathroom, with amenities including baseboard electric heat, a laundry room, and off-street parking. This leasing opportunity aims to promote low-impact residential use while preserving the historic integrity of the property, with a minimum annual rent set at $6,600, payable in monthly installments of $550. Interested bidders must submit their proposals by 4:00 PM on November 4, 2024, and can contact Nathan Vinglas at nathan_vinglas@nps.gov or call 814-886-6128 for further information or property tours.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Request for Bid (RFB) for the rental of the Double Cottage Apartment located within the Johnstown Flood National Memorial, managed by the National Park Service (NPS). Bidders are required to specify the apartment they are interested in, confirm compliance with lease terms, and indicate their parking space needs for both residents and visitors. The RFB stipulates a minimum annual rent of $6,600, determined as the fair market value. Potential bidders must also provide their anticipated occupancy start date and where they learned about the apartment. The document necessitates signatures from bidders as an acknowledgment of their submission to the NPS. Overall, this bid form serves as a structured method for the NPS to collect offers and ensure compliance with its rental conditions for national memorial properties.
    The document outlines a Request for Bids (RFB) for leasing apartments in the Double Cottage Building at the Johnstown Flood National Memorial, situated in St. Michael, PA. The National Park Service (NPS) seeks bids for residential occupancy of four historic apartments, each approximately 900 square feet, featuring two bedrooms, one bath, and necessary amenities. Bidders can propose lease payments with a minimum of $6,600 annually, payable in monthly installments of $550. The lease term is three years, with specific start dates for each apartment, and bids are due by 4:00 PM on November 4, 2024. The RFB emphasizes low-impact residential use, adherence to historic property preservation, and responsibility for utilities by tenants. Bids must follow designated formats and meet the RFB's criteria, ensuring transparency in the competitive selection process. Following submission, the NPS evaluates bids based on rental amounts and financial capability, with potential bid openings every Monday until all apartments are leased. The initiative illustrates NPS's commitment to maintaining its historic structures while generating community engagement and sustainable residency.
    The NPS Form 10-352, issued by the National Park Service (NPS), is designed to collect business history information from organizations proposing to enter lease agreements, management contracts, or concession contracts within the National Park System. The form requires applicants to disclose past defaults, bankruptcies, pending litigations, and any recorded liens affecting their financial standing. It aims to ensure compliance with federal laws and monitor business activities within park units. The underlying purpose is to facilitate efficient management of the NPS Leasing program, ensure transparency, and provide the public with necessary contact information about businesses operating in national parks. The form underscores the necessity of providing accurate and comprehensive financial backgrounds to help NPS evaluate lease proposals effectively. Failure to complete the form may hinder the processing of proposals.
    The NPS Form 10-353, issued by the National Park Service (NPS), is a document required for submitting proposals for leases within the National Park System. It collects essential business organization information from individuals or sole proprietorships looking to provide concession services. Notable sections include details on the business entity's name, address, and contact information, as well as years in operation and the current business value. The document emphasizes compliance with federal laws and monitoring of business impacts on park resources, underlining its purpose to assist NPS staff in managing leasing activities. Privacy considerations are detailed, including the authority under which information is collected, potential disclosures to governmental agencies, and the voluntary nature of the information submission, although non-compliance may hinder effective program management. Additionally, the Paperwork Reduction Act Statement indicates the expected burden of completing the form, estimated at one hour. Overall, this form facilitates the process of engaging businesses in the national park system, ensuring compliance, and providing public access to information about services available within these parks.
    The NPS Form 10-355A outlines the financial documentation requirements for offerors participating in leasing opportunities with the National Park Service (NPS). Its purpose is to ascertain the financial viability of offerors ensuring they possess adequate resources to meet lease obligations while servicing existing debts. Required financial statements include an Income Statement detailing income and expenses over recent fiscal years and Balance Sheets reflecting assets and liabilities. If an entity is unformed, each proposer must submit personal or business financial statements to verify their financial reliability. The form also specifies submission guidelines for personal property and startup costs related to operations within the park, alongside conducting projections for operational expenses and income. Additionally, it includes privacy and paperwork reduction act statements to clarify data management and collection processes. The structure emphasizes financial transparency and accountability as critical for facilitating proposed business activities within the National Park System.
    Lifecycle
    Similar Opportunities
    MACA 258051 Replace Seasonal Housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is seeking input for a construction project titled MACA 258051, aimed at replacing seasonal housing at Mammoth National Park in Kentucky. The project involves the construction of two two-story 12-plex housing units and the demolition of three existing single-story units, along with associated site work, utilities, and hazardous abatement. This initiative is crucial for enhancing the living conditions for seasonal staff and ensuring the sustainability of park operations. Interested parties are encouraged to respond by October 24, 2024, providing details on business size, bonding capabilities, and relevant experience, as the NPS prepares for a Request for Proposal (RFP) expected in Summer 2025, with an estimated project cost between $5 million and $10 million.
    The Baltimore District, U.S. Army Corps of Engineers is soliciting lease proposals for approximately 39,600 net usable square feet of production space located within 1 mile radius of 1 Overcash Avenue, Chambersburg, Pennsylvania.
    Active
    Dept Of Defense
    The Baltimore District of the U.S. Army Corps of Engineers is soliciting lease proposals for approximately 39,600 net usable square feet of production space within a one-mile radius of 1 Overcash Avenue, Chambersburg, Pennsylvania. The facility must accommodate 12 personnel and meet specific office configurations and security measures in compliance with Anti-Terrorism/Force Protection standards. This procurement is crucial for supporting operational needs while adhering to financial and security protocols, with a lease structured as a Triple Net Lease for a one-year base term and four optional renewals. Proposals are due by 1700 on November 1, 2024, and interested parties should contact Jessica Brannon at jessica.e.brannon@usace.army.mil or 667-434-2068 for further details.
    C--Chaco Culture National Historical Park - Construction of new employee housing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking small businesses capable of executing a construction project at Chaco Culture National Historical Park in New Mexico. The project involves the construction of three new employee housing units—one single-family home and two triplexes—along with the demolition of four historic residences and a dilapidated mobile home, as well as site preparation, utility installation, and hazardous material abatement. This initiative is critical for improving employee accommodations within the park, with an estimated project cost between $5 million and $10 million. Interested vendors must submit their capabilities and relevant experience by October 24, 2024, with a Request for Proposal anticipated in winter 2024/2025 and contract award expected in spring 2025. For further inquiries, contact Jessica Busman at jessicabusman@nps.gov.
    Marine Corps Career Center-Quakertown-PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,000 usable square feet of commercial retail space in Quakertown, Pennsylvania, within a one-mile radius of 229 W. Broad Street. The leased space must include a secondary egress and adequate parking for one government vehicle, both during the day and overnight, and must adhere to government leasing requirements. This opportunity is crucial for supporting the operational needs of the Marine Corps Career Center, ensuring compliance with safety and health standards, and providing necessary services such as maintenance and utilities. Proposals are due by 11:59 PM on the expiration date of the solicitation, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or by phone at 410-443-1164 for further details.
    Tropical Storm Helene – DR-4832-TN DIRECT LEASE REQUEST FOR INFORMATION (RFI)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to provide temporary housing solutions in response to Tropical Storm Helene (DR-4832-TN). The agency is specifically looking for residential properties available for lease in Carter, Cocke, Greene, Hamblen, Hawkins, Johnson, Unicoi, and Washington Counties, which must be within 30 to 60 minutes of the affected areas and comply with local, state, and federal housing standards. These properties will serve as temporary accommodations for disaster-affected individuals for a minimum term of 18 months, with the possibility of lease extensions, and must include essential living facilities and access to community services. Interested parties should submit their responses by November 15, 2024, via email to directleasedr4832tn@fema.dhs.gov, providing detailed property information and ensuring exclusive use for eligible applicants.
    Armed Forces Career Center- Levittown PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 3,000 usable square feet of commercial retail space in Levittown, Pennsylvania. The selected space must be located within a ¼ mile radius of 7751 & 7753 New Falls Rd and must include a secondary egress and adequate parking for approximately nine government vehicles, both during the day and overnight. This procurement is crucial for supporting the operational needs of the Armed Forces Career Center, ensuring accessibility and functionality for government activities. Proposals are due by November 16, 2024, at 11:59 PM, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or by phone at 410-443-1164 for further details.
    Direct Lease Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to participate in a Direct Lease initiative aimed at providing temporary housing for individuals displaced by Hurricane Helene in North Carolina. The procurement focuses on leasing residential properties, including corporate apartments, vacation rentals, and second homes, within a reasonable commuting distance from designated counties affected by the disaster, specifically those listed under FEMA-4827-DR. This initiative is crucial for ensuring that eligible applicants have access to safe and habitable living conditions while they recover from the impacts of the hurricane. Interested parties must submit their capability statements by 5:00 PM EST on November 6, 2024, to Ralph La Rosa at ralph.larosa@fema.dhs.gov, and are encouraged to monitor SAM.gov for further updates regarding the solicitation process.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Army Career Center - Doylestown
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,958 usable square feet of commercial retail space near 99 Lantern Drive in Doylestown, Pennsylvania. The leased space must include a secondary egress and provide adequate parking for five government vehicles, both during the day and overnight, and must utilize a Government Lease. This procurement is crucial for supporting Army operations in the area, ensuring that the necessary facilities are available for personnel. Proposals are due by November 16, 2024, at 11:59 PM, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or by phone at 410-443-1164 for further details.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.