Humboldt-Toiyabe National Forest Prospectus for Campground and Related Granger-Thye Concessions
Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUS

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

OPERATION OF RECREATIONAL BUILDINGS (M1FB)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Agriculture, specifically the Forest Service, is seeking applications for a concession campground special use permit within the Humboldt-Toiyabe National Forest, starting January 1, 2027, for a duration of five years with a potential five-year extension. The opportunity involves the operation and maintenance of government-owned recreation facilities, covering 19 developed recreation sites across the Bridgeport and Carson Ranger Districts, with an average gross revenue of approximately $680,680.31 over the past three years. Interested applicants must submit a detailed proposal by March 2, 2026, which will be evaluated based on their operating plan, business experience, financial resources, and proposed fees, with a minimum annual fee set at $31,379.36. For further inquiries, potential applicants can contact Chris Eddy, Recreation Management Specialist, at christopher.eddy@usda.gov or by phone at 775-431-7660.

    Point(s) of Contact
    Chris Eddy Recreation Management Specialist
    (775) 431-7660
    christopher.eddy@usda.gov
    Files
    Title
    Posted
    This document outlines a prospectus for campground and related Granger-Thye concessions in the Humboldt-Toiyabe National Forest, focusing on an inventory of government-furnished property across various developed recreation sites. It includes a vicinity map and maps of individual sites such as Buckeye, Chris Flat, Crags, Crystal Springs, Green Creek, Honeymoon, Hope Valley, Kit Carson, Leavitt Meadows, Lower Twin Lake, Markleeville, Mt. Rose, and Obsidian Campgrounds. The main body details property descriptions, quantities, and estimated replacement costs for items like water systems, fire devices, barriers, fee stations, sanitation facilities, host sites, picnic tables, wastewater systems, service buildings (toilets), and signage. The inventory emphasizes the Forest Service's policy to provide universally designed, accessible recreation facilities, with replacement costs reflecting accessible item equivalents. The document explicitly states that while the inventory is from reliable sources, its accuracy is not warranted, and a final list will be attached to the permit after review.
    The Humboldt-Toiyabe National Forest's campground prospectus includes several appendices detailing concession agreements and operational requirements. Appendix 11 outlines the Annual Granger-Thye Fee Offset Agreement, allowing concessionaires to offset land use fees by performing government-approved maintenance or improvement projects. This agreement details eligible costs, project documentation, and, if applicable, Davis-Bacon Act requirements. Appendix 12 lists potential maintenance and improvement projects, emphasizing compliance with National Quality Standards for Recreation Site Management. Appendix 13 provides guidance on reimbursing indirect costs for permit holders. Appendix 14 is the Granger-Thye Fee Offset Claim form, used for submitting and certifying project costs. Appendix 15 is a sample collection agreement for Forest Service-performed fee offset work. Appendix 16 provides a sample business plan and outlines financial reporting requirements for applicants, including capital equipment, start-up expenses, and financial projections. Appendices 17 and 18 are forms for financial statements (FS-6500-24) and financial verification (FS-6500-25). Appendix 19 details the National Quality Standards for Recreation Site Management, covering health, cleanliness, safety, and facility conditions. Appendix 20 is a description of developed recreation sites and facilities.
    The Humboldt-Toiyabe National Forest is issuing a prospectus for a concession campground special use permit, starting January 1, 2027, for five years with a possible five-year extension. The permit covers numerous developed recreation sites across the Bridgeport and Carson Ranger Districts. The average gross revenue for the past three years was $680,680.31, with a minimum annual fee of $31,379.36. Applicants must submit a detailed proposal, including an operating plan, business plan, financial resources, proposed public fees, and a fee to the government. Applications are due by March 2, 2026, and will be evaluated based on the proposed operating plan, business experience, financial resources, and fees.
    Similar Opportunities
    Coronado National Forest Prospectus for Campground and Related Granger-Thye Concessions "Rose Canyon Complex"
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting applications for a concession campground special use permit to operate and maintain government-owned recreation facilities in the Rose Canyon Complex of the Coronado National Forest in Tucson, Arizona. This opportunity includes the management of two campgrounds, two group sites, two group picnic sites, a day-use fishing site, and an amphitheater, with an average gross revenue of $458,196.78 generated over the past three years. The selected concessionaire will be responsible for adhering to Forest Service policies, including the use of Recreation.gov for reservations and compliance with accessibility standards, while also engaging in maintenance and improvement projects under the Granger-Thye Fee Offset Agreement. Interested applicants must submit a comprehensive application package by April 1, 2026, including a proposed operating plan and a minimum annual fee of $21,535.25, along with a processing fee of $300. For further inquiries, contact Adam Milnor at adam.milnor@usda.gov or call 520-388-8422.
    Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for a 20-year Granger-Thye Concessions Resort Permit to operate and maintain the Shores Lake and White Rock Recreation Areas within the Ozark-St. Francis National Forests in Arkansas. The selected concessionaire will be responsible for managing recreation facilities, collecting fees (with discounts for federal pass holders), and overseeing day-to-day operations, including maintenance and waste management. This opportunity is significant for enhancing public access to recreational services in the area, with an average gross revenue of approximately $258,709.48 over the past three years. Interested applicants must submit a comprehensive proposal, including a business plan and a minimum annual fee of $12,314.57, by March 2, 2026, and are encouraged to attend a mandatory site tour on January 5, 2026. For further inquiries, contact David Brickley at 479-667-2191 or via email at david.brickley@usda.gov.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    A Concession Business Opportunity to provide Lodging, Campgrounds, Food & Beverage, Retail, Marina, and Other Services within Grand Teton National Park
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for a Concession Contract to provide various services, including lodging, campgrounds, food and beverage, retail, and marina operations within Grand Teton National Park, with the contract expected to commence on January 1, 2027. This opportunity aims to enhance visitor experiences by offering a range of recreational and hospitality services in one of the nation's premier natural settings. Interested parties must submit a Notice of Intent to Propose by December 16, 2025, and electronic proposals are due by January 6, 2026, with all inquiries directed to Erica Harris at imrconcessions@nps.gov.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Polaris Snowmobile Sierra NF
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.