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
    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
    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.
    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.
    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.
    Similar Opportunities
    Prospectus Develpment IDIQ Firm Fixed Price
    Buyer not available
    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 christinagingras@nps.gov for further information.
    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.
    J--MACA 210428 REPAINT FERRY
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the repainting and maintenance of the Green River Ferry located at Mammoth Cave National Park in Kentucky. The project entails the extraction, sandblasting, and repainting of the ferry, requiring the contractor to provide necessary personnel, equipment, and materials while adhering to stringent safety and environmental regulations. This maintenance work is crucial for ensuring the ferry's operational safety and longevity, as it serves as a vital transportation asset within the park. Interested small businesses must submit their quotations by February 24, 2025, and are required to register in the System for Award Management (SAM) prior to bidding. For further inquiries, vendors can contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
    Notice of Solicitation for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a concession opportunity that encompasses lodging, food and beverage services, retail, and camping within Badlands National Park in South Dakota. The objective of this procurement is to enhance visitor experiences by providing quality recreational services and amenities in one of the nation's treasured landscapes. These services are vital for supporting tourism and recreation, contributing to the park's operational sustainability and visitor satisfaction. Interested vendors can reach out to Eric Nikkel at ericnikkel@nps.gov or by phone at 402-661-1772 for further details, with the solicitation details available for review.
    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.
    V--Sources Sought - Transport Vessel, HI to Midway
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking sources for a transport vessel to facilitate the movement of supplies, fuel, and personnel from Honolulu to various islands within the Papahānaumokuākea Marine National Monument, including Midway Atoll and Kure Atoll. The contractor will be responsible for making multiple trips per year, adhering to strict biosecurity measures to prevent the introduction of invasive species, and ensuring compliance with U.S. Coast Guard regulations. This procurement is crucial for supporting conservation efforts within the Monument, emphasizing environmental protection and safe logistics for marine transport. Interested parties can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details.
    Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amendment 1)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for layberthing services for three Reserve Fleet vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, to be located on the U.S. East, Gulf, or West Coast. The procurement aims to secure long-term layberthing provisions, including per diem berthage, security, electrical services, water, and sewage services, with contract performance periods spanning from March 18, 2025, to March 17, 2035, and options for extensions. This initiative is crucial for maintaining operational readiness and safety in U.S. maritime services, encouraging participation from diverse business categories, including small businesses and those owned by service-disabled veterans and women. Interested bidders can contact Henry H. Puppe at henry.puppe@dot.gov or call 202-493-8977 for further details.
    Request for Qualifications to Operate and Redevelop Overnight Accommodations at Caneel Bay within Virgin Islands National Park
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is issuing a Request for Qualifications (RFQ) for the redevelopment and operation of overnight accommodations at Caneel Bay within Virgin Islands National Park, located in St. John. The primary objective is to identify a qualified lessee capable of revitalizing the resort's infrastructure while adhering to environmentally sustainable practices and preserving cultural heritage. This initiative is crucial for restoring Caneel Bay as a tourism destination, enhancing public access, and ensuring the protection of natural and cultural resources. Interested parties must submit their qualifications by February 28, 2025, and can direct inquiries to William Gordon at williamgordon@nps.gov or Bill Stevens at billgstevens@nps.gov.
    Charter Bus Services for U.S. Coast Guard with Force Readiness Command (FORCECOM)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Force Readiness Command (FORCECOM), is seeking qualified contractors to provide charter bus services for personnel transportation. The primary objective of this procurement is to ensure safe, reliable, and comfortable transportation between U.S. Coast Guard Training Centers in Cape May, NJ, and Yorktown, VA, as well as transfers to Richmond International Airport, accommodating 80-120 passengers per trip. This service is critical for maintaining operational readiness and supporting the movement of personnel, with a contract structured as a Fixed Price Indefinite-Delivery Requirements Contract for a base year and two optional years. Interested parties should contact Vicente Macho at vicente.m.macho@uscg.mil or Takira Floyd at takira.m.floyd@uscg.mil for further details.
    Request For Bids - National Parks of Boston - Charlestown Navy Yard Food Truck Locations
    Buyer not available
    Solicitation from the Department of the Interior, National Park Service, is requesting bids for the lease of two food truck locations in the Charlestown Navy Yard at Boston National Historical Park. The lease spaces are approximately 10' by 30' each and are suitable for mobile food and beverage vending. Bidders are encouraged to inspect the site locations before submitting bids. The lease terms are up to one year, with a lease expiration date no later than April 30, 2025. Lessees will be authorized to use the leased premises on certain days of the week and during specific hours of the day. Utilities such as water hook-ups, drainage, and electricity are not provided, and lessees will be responsible for providing their own water and using gas or propane generators for mobile operations.