Request for Proposals to Lease NPS property at Gateway National Recreation Area for use as Golf Facilities
ID: GATE_Request_for_proposals_to_Lease_Golf_FacilitiesType: Solicitation
Overview

Buyer

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

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF RECREATIONAL BUILDINGS (X1FB)
Timeline
    Description

    The National Park Service (NPS) is inviting proposals for leasing two golf facilities located within the Gateway National Recreation Area: the Jacob Riis Park Golf Course in Queens and the Flatbush Avenue Driving Range in Brooklyn, New York. Interested offerors are required to submit proposals that demonstrate their operational experience, financial capability, and sustainability initiatives, while also adhering to historic preservation standards. This leasing opportunity aims to enhance visitor engagement and operational efficiency of these recreational spaces, with a lease term not exceeding 10 years and rent reflecting Fair Market Value. Proposals must be submitted by March 10, 2025, and interested parties can contact Karen Edelman at Karen_Edelman@nps.gov or call 718-354-4621 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a leasing opportunity for the Flatbush Avenue Golf Driving Range and Jacob Riis Park Golf Course, managed by the National Park Service (NPS). The lease specifies terms between the United States Department of the Interior and a prospective lessee, detailing definitions, responsibilities, and compliance with federal laws including environmental and historic preservation regulations. Key sections include definitions of critical terms, lease terms and conditions, responsibilities for maintenance and repair, and permitted uses of the premises. The lessee is obligated to maintain the property, comply with applicable laws, and conduct improvements as approved by the NPS. Rent structures include annual fixed fees and percentage rents based on revenues. The document emphasizes the preservation of historic properties and outlines protocols for compliance, inspections, and audits. It aims to ensure environmental stewardship while capitalizing on the public use of recreational facilities within the Park Area, aligning with NPS's management goals. This structured lease agreement reflects the federal government’s approach to managing public resources through regulated agreements with commercial entities.
    This document outlines the National Park Service's Business History Information Form (NPS Form 10-352) required for submitting proposals for leasing or contracting with the National Park System. It aims to collect vital financial and operational background from the Offeror and associated entities, ensuring responsible management of leases. The form addresses significant matters, including past defaults, bankruptcies, pending litigations, and recorded liens, evaluating the Offeror's financial health to mitigate risks in contracting. The privacy section emphasizes legal provisions for data handling and the voluntary nature of information submission, stressing its importance for effective lease management. The Paperwork Reduction Act statement informs respondents about the OMB's approval for collecting this data. The estimated burden section indicates the expected time commitment, ranging from 1 to 5 hours, to complete the form comprehensively. Ultimately, this form serves a crucial role in assessing leasing proposals and maintaining the integrity of business operations within national parks.
    The NPS Form 10-353, issued by the National Park Service, is a document utilized for the submission of lease proposals for business operations within National Park units. The form's primary purpose is to facilitate the management of leasing programs for residential and commercial uses, ensuring compliance with federal regulations. It serves multiple functions: managing lease proposals, monitoring resource impacts, tracking lease holders, and providing public access to business contact information. This form highlights that sole proprietorships must be registered correctly and requires applicants to complete additional forms based on the ownership structure. The Privacy Act Statement outlines the authority, purpose, routine uses of the collected information, including potential disclosures for public awareness, and notes that providing this information is voluntary. However, failure to complete the form may hinder the NPS's leasing management capabilities. Additionally, the document includes a Paperwork Reduction Act Statement, indicating the estimated time for completion and providing a contact for comments regarding the form's burden. Overall, this form is vital for the operational integrity of the National Park Service's leasing programs, emphasizing regulatory adherence and public service transparency.
    The NPS Form 10-354, issued by the National Park Service (NPS), serves as a documentation tool for businesses seeking leases for residential or commercial use within national parks. It is essential for each submitting entity, as well as its parent organizations, to complete the form separately. The form's purpose includes aiding NPS employees in managing leasing programs, monitoring resources affected by these business activities, and providing the public with information about services available in national parks. Key components include the Privacy Act statement, which outlines the authority, purpose, routine use of collected information, and disclaimers regarding mandatory disclosures. The estimated completion time for the form is between 5 and 10 hours, reflecting the complexity of the business organization. Compliance with federal laws and regulations is emphasized throughout the document, showcasing its importance in maintaining standards for business operations within national park units. This form aligns with broader governmental goals related to managing federal grants and requests for proposals (RFPs) for services impacting public lands.
    The document outlines the financial information requirements for offerors seeking to enter into a lease with the National Park Service (NPS). This form emphasizes the need for comprehensive financial statements, including income statements and balance sheets, to verify the financial health of the offeror and their ability to meet lease obligations. Different requirements are stated for existing business entities and sole proprietors, including a necessity for audited financial statements where applicable. The document includes detailed tables for reporting business financial statements, personal financial information, and estimates for start-up costs associated with the lease. Offerors must also provide projections for income and expenses, demonstrating the financial feasibility of their proposals. Additionally, guidelines for reporting personal property used within the park area and outlining how replacement costs will be funded are provided. This structured approach ensures that the NPS can evaluate the financial capability of potential lessees effectively, supporting the agency's broader goals of managing leasing operations within the national park system in compliance with federal regulations and ensuring public service continuity.
    The document outlines the National Park Service's (NPS) requirements for offerors submitting proposals related to concession contracts and leases within national parks. It includes detailed forms for initial investments, start-up expenses, income statements, cash flow statements, and recapture of investment forms. Offerors must project their financial needs, including existing assets, planned acquisitions, and associated costs, while providing justification for their estimations. The forms emphasize that all financial projections are the responsibility of the offeror and must differentiate between personal and real property. Additionally, the document details the purpose of the financial forms: to assist NPS in managing commercial services within national parks, ensuring compliance with federal regulations, and tracking commercial use authorizations. Offerors are instructed to provide comprehensive explanations for their assumptions regarding financial data and to account for typical annual capital investments apart from initial expenditures. The overarching aim is to evaluate lease proposals effectively and consistently, ensuring transparency and financial responsibility in planned park services.
    This document is a transmittal letter for a proposal submitted to lease the GATE Flatbush Avenue Driving Range and Jacob Riis Park Golf Course, part of the Gateway National Recreation Area, as outlined in a Request for Proposals (RFP) from the National Park Service (NPS). The Offeror certifies the integrity and completeness of the proposal, agreeing to adhere to the RFP's conditions and requirements if awarded the lease. Crucially, it asserts that the Offeror and associated individuals or entities are free from debarment or convictions related to fraud or other criminal offenses, ensuring compliance with federal regulations. The Offeror commits to executing the lease within thirty business days if selected and acknowledges obligations concerning funding and resources. This document reflects the formal process for applying for government contracts, emphasizing transparency, integrity, and adherence to legal standards when seeking to lease federal properties.
    The document outlines a leasing opportunity for improvements at the Golf Driving Range on Flatbush Avenue and the Pitch and Putt at Jacob Riis Park within the Gateway National Recreation Area. The National Park Service (NPS) mandates that the Lessee undertake specific enhancements at their own expense, which can be credited against monthly rent. Required improvements include the rehabilitation or demolition of existing structures, installation of safety systems, and significant maintenance of facilities to comply with up-to-date building codes, including the 2024 International Building Code. Key tasks at the Flatbush Avenue facility include replacing roofs, installing smoke detection systems, and repairing parking lots to meet ADA guidelines. Similarly, at Jacob Riis Park, improvements to the starter building, irrigation system, and grounds keeper’s shed are outlined, emphasizing structural repairs, compliance with lighting regulations, and safety measures. The document specifies that all work must adhere to relevant safety and regulatory standards, reinforcing NPS's commitment to preserving park facilities while enhancing visitor experiences and ensuring safety.
    The National Park Service (NPS) has issued a Request for Proposals (RFP) for leasing two golf facilities: the Jacob Riis Park Golf Course in Queens and the Flatbush Avenue Driving Range in Brooklyn. The RFP invites interested parties to submit proposals to operate these venues, which include a par 3 pitch-and-putt course, driving range with a pro shop, and various related amenities. Key dates for proposal submission are outlined, with the release date on January 6, 2025, and a submission deadline of March 10, 2025. The selected lessee will be responsible for maintaining and improving the facilities and complying with historic preservation standards. The NPS emphasizes the need for financial capability, operational experience, sustainability initiatives, and proposed rental terms. The lease term cannot exceed 10 years, and rent must reflect Fair Market Value. This RFP aims to enhance visitor engagement and operational efficacy of underutilized recreational spaces, aligning with NPS's mission to preserve and enjoy America's natural and cultural heritage. Proposals will be evaluated based on compatibility with park values, historic preservation, financial viability, managerial experience, and potential environmental benefits.
    Similar Opportunities
    Request for Proposals to Lease NPS property at Gateway National Recreation Area for use as a Sports and Event Center
    Buyer not available
    The National Park Service (NPS) is inviting proposals for the leasing of Historic Hangars 5, 6, 7, and 8 at Floyd Bennett Field within the Gateway National Recreation Area in Brooklyn, New York, to operate as a Sports and Event Center. The selected Offeror will be responsible for maintaining the facility, which includes extensive recreational amenities, while also undertaking significant repairs estimated at approximately $5 million to ensure the property is fit for long-term use. This opportunity is crucial for enhancing public access to recreational activities in a historic setting, with proposals due by March 10, 2025, and a potential lease term of up to 20 years. Interested parties can contact Karen Edelman at KarenEdelman@nps.gov or call 718-354-4621 for further details.
    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.
    Z--GATE-REPAIR FT. TOMPKINS EARTHEN ROOF
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking interested businesses for a project to repair the earthen roof structure of Fort Tompkins located at Gateway National Recreation Area in Staten Island, NY. The primary objective of this procurement is to address ongoing water infiltration issues affecting the roof and masonry, with an estimated construction budget ranging from $1 million to $5 million. This project is crucial for preserving the structural integrity and historical significance of the site. Interested firms, both large and small, are encouraged to submit their company details, business classification, and capability statements by February 27, 2025, to assist in the market research process. For further inquiries, contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
    Z--GWMP 335115 Bridge Preservation
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "GWMP 335115 Bridge Preservation" project, which involves extensive bridge and pavement maintenance across the George Washington Memorial Parkway in Maryland, the District of Columbia, and Virginia. The project aims to enhance structural integrity and aesthetic standards through concrete repairs, sealing, drainage improvements, and traffic management, all while minimizing public disruption and adhering to environmental protection guidelines. This initiative reflects the federal government's commitment to maintaining critical infrastructure and promoting small business participation, with an estimated contract value exceeding $10 million and a performance period from March 21, 2025, to May 11, 2026. Interested contractors should contact Zaira Lupidi at zairalupidi@nps.gov for further details and ensure proposals are submitted by the revised deadline of March 10, 2025.
    Sources Sought Notice No. 140P2025R0049
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), has issued a Sources Sought Notice (SSN) for contractors to participate in the preservation of the Federal Hall structure and its exterior envelope located in New York, NY. This project aims to address significant deterioration in the 180-year-old building through extensive masonry repairs, façade cleaning, and restoration of historical features to ensure safety and preserve the landmark's integrity. The anticipated contract value exceeds $10 million, with a projected period of performance of 18 months, and a Request for Proposals (RFP) is expected by mid-2025. Interested contractors must submit their qualifications, including company details and relevant experience, by February 24, 2025, to the primary contact, Marc Nguyen, at marcnguyen@nps.gov or by phone at 720-448-1166.
    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.
    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.
    Navy Career Center - Garden City, New York
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the leasing or rental of office buildings for the Navy Career Center located in Garden City, New York. This presolicitation opportunity aims to secure suitable office space that meets the operational needs of the Navy Career Center, which plays a crucial role in recruitment and support for naval personnel. Interested vendors should note that the primary contact for this opportunity is Courtney McCathern, who can be reached at COURTNEY.MCCATHERN@USACE.ARMY.MIL or by phone at 917-612-8042 for further inquiries. Additional details regarding the timeline and specific requirements will be provided in the forthcoming solicitation.
    Passenger Ferry Service to the South Core Banks and Shackleford Banks and Land Transportation on the South Core Banks
    Buyer not available
    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 CherrieBrice@NPS.GOV or William Stevens at WILLIAMGSTEVENS@NPS.GOV for further details, with proposals due as outlined in the solicitation documents.