Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
ID: CALO001Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICECAPE LOOKOUT NATIONAL SEASHOREHARKERS ISLAND, NC, 28531, USA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 14, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 7:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking proposals for a concession contract to provide passenger ferry services to the South Core Banks and Shackleford Banks, along with land transportation on South Core Banks. The procurement aims to enhance visitor services by ensuring high-quality ferry operations and effective communication of services, with specific requirements for vessel capacity and operational strategies, including a commitment to customer service and complaint resolution. This opportunity is crucial for maintaining visitor access and experience in these national park areas, emphasizing compliance with conservation goals and ADA standards. Interested parties should contact Cherrie Brice at Cherrie_Brice@NPS.GOV or William Stevens at WILLIAM_G_STEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.

Files
Title
Posted
Feb 14, 2025, 11:05 PM UTC
Amendment #1 to the Prospectus for Passenger Ferry services to South Core Banks and Shackleford Banks outlines significant revisions to the solicitation process, focusing on enhancing visitor services and operational requirements. The amendment stipulates the selection criteria, emphasizing high-quality service provision for a competitive price, alongside customer service and complaint resolution strategies. Notably, it mandates that offerors must provide commitment letters for all vessels intended for use and ensures interim vessels can accommodate at least 83 passengers while permanent vessels are acquired. Specific page limits for proposal sections have been established to streamline submissions. The amendment also stresses the importance of marketing plans for ferry and land transportation services, requiring detailed descriptions of advertising strategies and promotional opportunities. The changes aim to improve service delivery and operational clarity between the concessioner and the National Park Service, ensuring effective management of visitor experiences within the defined parameters. This amendment represents the federal government's commitment to enhancing public services while maintaining operational standards through transparent and competitive bidding processes.
Feb 14, 2025, 11:05 PM UTC
The National Park Service (NPS) is soliciting proposals for a concession contract to operate passenger ferry services to the South Core Banks and Shackleford Banks, alongside land transportation on South Core Banks, under prospectus CC-CALO001-26. Proposals must include an Offeror’s Transmittal Letter, commitment guarantees, and compliance with conditions outlined in the Draft Concession Contract. Offerors must demonstrate financial and managerial capabilities, detailing their vessel and vehicle plans, operational strategies, staffing, financial resources, and compliance with ADA standards. The proposal evaluation will focus on the responsiveness to park conservation goals, provision of high-quality visitor services, experience in similar operations, and financial viability. Offerors are required to provide comprehensive documentation, including business and financial history, plans for vehicle and vessel operations, and customer service strategies. The selection process prioritizes applicants demonstrating strong past performance and operational stability, emphasizing the importance of visitor education regarding the conservation of park resources. The document serves as a critical guide for potential bidders navigating the process of obtaining a concession contract from the NPS, emphasizing regulatory compliance and visitor safety while enhancing the park experience.
The document outlines the NPS Form 10-359A, utilized by the National Park Service (NPS) for managing the Commercial Services program in national parks. It outlines information collection authority derived from the National Parks Omnibus Management Act. The form's purpose is to evaluate proposals from offerors wishing to conduct business within national parks, ensuring compliance with federal regulations. The document includes sections for initial investment and start-up expenses, projected income statements, operating assumptions, cash flow statements, and recapture of investment. Each section is structured with input cells for offerors to detail their existing and planned assets, revenues, expenses, and investment assumptions over multiple years. It emphasizes the importance of accurate financial projections, outlining responsibilities of the offerors regarding their submissions. The form also highlights that such information is necessary for obtaining benefits related to concession opportunities. Overall, this document serves as a critical guideline for commercial operations within national parks, ensuring transparency and accountability in the evaluation of proposals.
Feb 14, 2025, 11:05 PM UTC
Amendment #1 to the Passenger Ferry and Land Transportation Prospectus (Solicitation Number CC-CALO001-26) modifies the selection criteria for proposals focused on visitor services. The primary goal is for concessioners to deliver top-quality services for the fare paid by visitors. Key changes include adjustments to documentation requirements for vessels, specifying that commitment letters for vessels must be provided, with interim vessels having at least 83 passenger capacity until permanent vessels are available within 18 months of contract commencement. The proposal's structure includes revised page limits for responses to various subfactors, focusing on customer service, complaint resolution, and marketing strategies. The amendment also emphasizes the need for effective communication of ferry services to visitors through a detailed marketing plan. It updates appendices to reflect these changes and ensures compliance with operational requirements. The document's amendments are designed to enhance the overall visitor experience and ensure high service standards for the ferry operations on South Core Banks and Shackleford Banks.
Lifecycle
Similar Opportunities
Request For Proposals to Lease the RV Park and Campground at Fort Monroe National Monument
Buyer not available
The National Park Service (NPS) is inviting proposals for the leasing of the RV Park and Campground located at Fort Monroe National Monument in Virginia. This opportunity allows interested individuals or organizations to submit proposals for the exclusive rights to operate the campground and associated facilities, which include a 13-acre site with various camping accommodations and event venue capabilities. The selected lessee will be responsible for maintaining the property, ensuring compliance with federal regulations, and contributing to the preservation of the historic site, with a lease term anticipated to be around 10 years and a minimum annual rent set at Fair Market Value Rent (FMVR) of 10% of gross revenue. Interested parties must submit their proposals electronically by June 6, 2025, and can direct inquiries to Jaci Wells at FOMRLeasing@nps.gov.
Amendment No. 2 to 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 Department of the Interior, through 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 follows Amendment No. 2, which updates the Business Opportunity and Draft Contract to reflect the revocation of Executive Order 14026 regarding minimum wage for federal contractors. The selected contractor will play a vital role in enhancing visitor experiences in this scenic area, which is crucial for tourism and recreation. Proposals must be submitted electronically by 5:00 p.m. Pacific Time on April 18, 2025, and interested parties should contact Mark Juretschke at markjuretschke@nps.gov for further information and to be added to the mailing list for updates.
C--N168 ISRO 329584 Rehabilitate Washington Harbor
Buyer not available
The Department of the Interior, through the National Park Service, has issued a Request for Information (RFI) regarding the rehabilitation and extension of the Washington Harbor Dock at Isle Royale National Park. The objective of this project is to gather insights on cost-effective methods and materials to enhance the dock's capacity for the existing Ranger III vessel and the anticipated Ranger IV, as well as to establish a helicopter landing area for emergency use. This initiative is crucial for improving access and operational efficiency at the park, which is located on a remote island in Lake Superior and is closed to the public during winter months. Interested parties are encouraged to submit inquiries by April 8, 2025, and responses to the RFI by April 15, 2025, to the designated contacts, Rachel Dyer and Dane Cooper, via email.
Fort Washington Marina Lease Opportunity
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified offerors to lease the Fort Washington Marina, located in Piscataway Park, Fort Washington, Maryland. This leasing opportunity encompasses approximately 8.31 acres of land that has been operated as a marina since 1959, featuring 194 wet slips, a launching ramp, and a marina services building, with an emphasis on environmental sustainability and potential alternative uses for the property. Interested parties must submit their proposals by June 9, 2025, with lease negotiations anticipated to commence for a term starting January 1, 2026. For further inquiries, contact Gary Shipley at NPSNCRLeasing@nps.gov or call 202-619-6391.
Request for Proposals to Provide Windsurfing Instruction and Equipment Rentals within Padre Island National Seashore
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for a Concession Contract to provide windsurfing instruction and equipment rentals at Padre Island National Seashore in Corpus Christi, Texas. The selected contractor will be responsible for delivering quality windsurfing services and equipment to enhance visitor experiences at this popular recreational area. This opportunity is significant as it supports outdoor recreational activities within a national park, promoting tourism and environmental engagement. Interested parties must submit their notice of intent to propose by June 18, 2025, and electronic proposals are due by July 9, 2025; for further inquiries, contact Jennifer Parker at jenniferparker@nps.gov.
Request for Proposals to Provide Guided Interpretive Whitewater River Trips within Dinosaur National Monument
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for up to 11 Concession Contracts to provide guided interpretive whitewater river trips within Dinosaur National Monument in Colorado. The objective of this procurement is to enhance visitor experiences by offering educational and recreational river trips, which are vital for promoting outdoor activities and environmental awareness in national parks. Interested parties must submit a notice of intent to propose by July 9, 2025, and electronic proposals are due by July 23, 2025. For further inquiries, contact Jennifer Parker at jenniferparker@nps.gov, and additional information can be found in the Prospectus available at the NPS website.
Amendment 1: 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 proposals for managing commercial visitor services at Bryce Canyon National Park. This opportunity aims to enhance visitor experiences by providing a range of recreational services and amenities within the park, aligning with the objectives of promoting tourism and preserving natural resources. The selected contractor will be responsible for the operation of recreational buildings and services, which are vital for accommodating the needs of park visitors. Interested parties should contact Kurt Rausch at kurtrausch@nps.gov for further details, as this presolicitation notice indicates the beginning of the procurement process.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. This project aims to enhance water access and infrastructure by constructing a new moored breakwater, upgrading electrical systems, and implementing a UV treatment system to mitigate contamination from invasive species. The estimated construction cost ranges from $5 million to $10 million, with a performance timeline of 580 calendar days post-award. Interested contractors must submit sealed proposals by the specified deadline and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
V--Synopsis - HI MIDWAY ATOLL NWR VESSEL CHARTER
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking small businesses to provide vessel charter services for transporting supplies, fuel, and personnel between Honolulu, Hawaii, and various islands within the Papahānaumokuākea Marine National Monument, including Midway Atoll. The contract, which will be awarded as a single Indefinite Delivery Indefinite Quantity (IDIQ) agreement, aims to facilitate the delivery and return of cargo, including hazardous materials, while adhering to strict biosecurity policies to prevent the introduction of invasive species. This procurement is crucial for supporting conservation efforts and managing wildlife resources within this designated marine area, ensuring compliance with U.S. Coast Guard regulations and environmental standards. Interested vendors can submit comments and proposals in response to the forthcoming solicitation, with inquiries directed to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
SAMA FRIENDSHIP REPAIR AND PMS
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the maintenance and repair of the Sailing Vessel Friendship, located at the Salem Maritime National Historical Site. The project aims to ensure the vessel's compliance with safety and seaworthiness regulations, focusing on hull repairs, maintenance, and painting, particularly below the waterline using Coppercoat paint. This procurement is significant for preserving maritime history and ensuring the operational integrity of historic vessels. Interested small businesses must submit their quotes by April 23, 2025, following a pre-bid site visit on April 14, 2025, and can direct inquiries to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145.