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
Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks - 2nd Posting
Buyer not available
The National Park Service (NPS) is seeking proposals for a 10-year concession contract to provide Passenger Ferry Service to the South Core Banks and Shackleford Banks, along with land transportation on the South Core Banks. This opportunity aims to enhance visitor access and experience in these protected areas, which are significant for their natural beauty and recreational offerings. Interested parties must submit their proposals, including a signed transmittal letter, by July 16, 2025, at 3:00 p.m. Eastern Daylight Time, with a site visit scheduled for February 13, 2025, and questions due by February 21, 2025. For further details, potential bidders can contact Bill Stevens at billgstevens@nps.gov or William Gordon at williamgordon@nps.gov.
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.
Fort Washington Marina Lease Opportunity
Buyer not available
The Department of the Interior, through the National Park Service, is offering a leasing opportunity for the Fort Washington Marina located in Piscataway Park, Fort Washington, Maryland. This approximately 8.31-acre property has been operational as a marina since 1959 and includes 194 wet slips, with proposals sought for its management or alternative uses that align with environmental sustainability and park conservation goals. Interested offerors must demonstrate financial capability and relevant experience, with proposals due by June 9, 2025, following the release of the Request for Proposals on April 10, 2025. 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.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
Request for Expressions of Interest for Business Opportunity within Voyageurs National Park
Buyer not available
The National Park Service (NPS) is seeking Expressions of Interest (RFEI) for the management of facilities at the Kettle Falls area within Voyageurs National Park, including the Kettle Falls Hotel and associated structures, with operations anticipated to begin in 2027. The NPS aims to explore potential uses for these facilities, which may include lodging, food services, and visitor transportation, while encouraging innovative proposals for adaptive reuse of the buildings. The Kettle Falls area is historically significant and offers various recreational opportunities, with stable visitor numbers over the past decade. Interested parties must submit their responses by June 30, 2025, and are invited to a site visit on May 21, 2025, for which registration is required. For further information, contact Miranda Challeen at mirandachalleen@nps.gov or Tracy Simmons at tracysimmons@nps.gov.
HAFC CAHA BODIE ISLAND Exhibit Plan, Design, Fab
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the planning, design, fabrication, and installation of new interpretive exhibits at the Bodie Island Visitor Center, located within Cape Hatteras National Seashore. The project aims to replace outdated exhibits with approximately 352 square feet of new installations that will include interactive features and conservation-grade display cases, enhancing the visitor experience and educational opportunities. This procurement is set aside for small businesses in the custom architectural woodwork and millwork manufacturing industry, emphasizing compliance with accessibility guidelines and federal regulations throughout the project. Interested contractors should contact Sheila Spring at SheilaSpring@nps.gov or call 304-535-6239 for further details, with proposals due in accordance with the specified solicitation timeline.
V--Annual Roundtrip Barge Services for KALA
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a contractor to provide annual roundtrip barge services for Kalaupapa National Historical Park (KALA) located in Molokai, Hawaii. The contractor will be responsible for transporting supplies, equipment, and waste materials between KALA and Honolulu, Oahu, utilizing a vessel with side-loading capability to navigate the park's narrow and shallow harbor, while adhering to environmental, safety, and operational standards. This service is essential due to the remote nature of KALA, which lacks regular barge service, and the contract will be structured as a firm fixed-price agreement with a base year and three one-year options, typically scheduled for performance in July or August, contingent on weather and mutual agreement. Interested parties can contact Lei Yang at leiyang@nps.gov or by phone at 671-688-0187 for further details.