REV. 01 - Request for Lease Proposals 376811 Safeguard and Security Facility
ID: 376811Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFHANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTORRichland, WA, 99354, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Energy, through Hanford Mission Integration Solutions, LLC (HMIS), is soliciting lease proposals for a Safeguard and Security Facility in Richland, Washington. The procurement seeks approximately 33,000 to 38,000 rentable square feet of general office space, with a lease term anticipated to last ten years, supporting the Hanford Mission Essential Services Contract. This facility will play a crucial role in supporting the Department of Energy's operations at the Hanford Site, which is integral to environmental cleanup efforts. Proposals are due by October 30, 2024, at 3:00 PM (PDT), and interested parties should direct inquiries to Kristina Hamby at kristina_g_hamby@rl.gov or call 509-376-3011.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an addendum to Solicitation Number 376811 issued by Hanford Mission Integration Solutions, LLC (HMIS), concerning the Safeguards and Security Facility. This addendum removes the Certified Cost or Pricing requirements from the original solicitation, including the deletion of sections related to the Schedule of Cost and Rates and Cost Accounting Standards Notices and Certifications. The submission deadline for proposals remains unchanged, set for October 30, 2024, at 3:00 PM (PDT). Offerors are instructed to prepare their proposals in line with the provided guidelines and acknowledge receipt of the addendum within their submissions. The procurement specialist, Kristina Hamby, is designated as the contact point for any inquiries related to the proposal process. This addendum reflects HMIS's adjustments aimed at streamlining the proposal requirements for potential bidders.
    This document serves as an addendum to a federal lease, detailing provisions from the Federal Acquisition Regulation (FAR) concerning the prohibition of certain telecommunications and video surveillance services or equipment. Key definitions include terms such as "covered telecommunications equipment," which relates primarily to equipment produced by specific Chinese companies, and "critical technology," which encompasses sensitive defense-related items. The document outlines prohibitions on procuring or renewing contracts for systems that rely on covered telecommunications, per the John S. McCain National Defense Authorization Act. Also noted are exceptions permitting the use of specific services that connect to third-party facilities. Contractors are mandated to report any identified use of covered telecommunications equipment promptly. Additionally, provisions are set for ensuring subcontractors adhere to these regulations. Overall, the addendum underscores the government's focus on maintaining national security via stringent regulations on telecommunications equipment and services in federal contracting.
    The "Hanford Mission Integration Solutions Provisions" document outlines the special provisions for on-site services at the Hanford Site, primarily emphasizing safety, health, and environmental considerations. It establishes definitions and requirements for various aspects such as safety standards, materials protection, medical services, employee training, and waste management. The document stresses the importance of compliance with federal, state, and Department of Energy regulations, mandating that all subcontractors adhere to rigorous safety protocols and procedures. Key sections highlight the obligations regarding employee qualifications, site access security, radiation protection, and insurance coverage. The document necessitates the flow-down of these requirements to lower-tier subcontractors, ensuring that all personnel on-site comply with safety and health regulations. Additionally, it outlines procedures for handling hazardous materials, conducting medical examinations, and maintaining confidentiality of sensitive information. Overall, the provisions aim to maintain a secure and safe work environment while ensuring adherence to environmental regulations and promoting worker health at the Hanford Site, which is crucial for compliance and operational efficiency in the context of government contracts and grants.
    The Performance Work Statement (PWS) outlines requirements for a subcontractor to provide office leasing services for approximately 33,000 to 38,000 rentable square feet (RSF) of general office space in Richland, Washington, for the Department of Energy's Hanford Mission Integration Solutions (HMIS). This lease, anticipated to last ten years, should meet specific facility specifications, including 95 office spaces, secured areas, parking for 80 occupants, and additional features like conference rooms and shared facilities. The selected contractor must provide qualified personnel with commercial leasing experience and adhere to industry quality and safety standards. All work will be performed offsite, and no government vehicles or property are anticipated to be involved. Subcontractor personnel will require badge clearances for site access and must complete necessary training. The document emphasizes project management, oversight, and adherence to a structured decision-making process. It reflects HMIS's commitment to effective procurement for facilities supporting Hanford's environmental cleanup missions while ensuring compliance with federal regulations and quality standards.
    The Request for Lease Proposal No. 376811, issued by Hanford Mission Integration Solutions, LLC (HMIS), invites proposals for a Safeguards and Security Facility to support its prime contract with the U.S. Department of Energy. Proposals must be submitted by October 30, 2024, and should include a ten-year lease term commencing January 1, 2025. Mandatory registration with the Hanford Vendor Registration and the System for Award Management (SAM) is required. The evaluation will emphasize both cost and technical criteria, with a focus on the building’s features—such as LEED certification, available secure rooms, and flexibility in space layout. Offerors must present detailed documentation, including performance work statements and pricing information for cost evaluation. Additionally, compliance with federal regulations, certifications regarding executive compensation, and conflict of interest disclosures is necessary. HMIS aims for a facility that provides significant operational continuity while potentially minimizing relocation impacts. This RFP illustrates the government’s dedication to maintaining high standards in security accommodations and management of federal contracts.
    The Hanford Mission Integration Solutions, LLC (HMIS) is soliciting proposals for a lease of Safeguards and Security Facility as part of its contract with the U.S. Department of Energy. Potential offerors must submit proposals by October 30, 2024, detailing costs for a 10-year lease, with key occupancy beginning on January 1, 2024. The document outlines requirements such as registration in the Hanford Vendor Registration system, adherence to NAICS 531120 for nonresidential buildings, and compliance with multiple certification and disclosure statements. The evaluation will focus on a tradeoff selection process balancing cost and technical merit, emphasizing specific building features like security, compliance with Energy Star standards, and accessibility to DOE headquarters. Proposals must include a technical submission addressing performance criteria, a completed lease proposal form, and evidence supporting the financial feasibility of the offer. A comprehensive review process will consider the overall best value to the government, with clear guidelines for proposals, including dealing with late submissions and procedural compliance. Communication with HMIS outside of designated channels may result in disqualification. This RFP reflects the government's commitment to maintaining high standards for safety and efficiency in all operations.
    This document serves as a lease proposal worksheet for Hanford Mission Integration Solutions, LLC (HMIS). It outlines a comprehensive framework for submitting lease proposals, detailing essential information about the building, including its name, address, square footage, and space breakdown into office and warehouse areas. The proposal requires specific financial details, such as initial rent, operating costs, tenant improvement allowances, and parking requirements. The document also addresses conditions related to building compliance with various standards, such as fire protection, accessibility, and environmental safety, including asbestos management and floodplain considerations. Offerors must provide owner identification and certification, ensuring they understand and comply with the Request for Lease Proposals (RLP). Additionally, the form includes sections for any requested deviations from the RLP and potential renewal options. The comprehensive nature of the worksheet ensures a detailed evaluation process, positioning it as a critical tool for federal and local agencies in assessing lease proposals that meet regulatory and operational requirements. By outlining specific expectations and compliance criteria, HMIS aims to ensure transparency and efficiency in acquiring suitable lease agreements.
    The Request for Lease Proposal No: 376811 outlines procedural requirements for potential bidders to engage with Hanford Mission Integration Solutions, LLC (HMIS). It emphasizes the need for bidders to submit past performance references for similar contractual obligations, disclose any conflicts of interest, and certify their socioeconomic status based on NAICS guidelines. The document includes detailed exhibits addressing various compliance aspects, such as Cost Accounting Standards, executive compensation disclosures, and certifications regarding debarment and lobbying activity. Key requirements mandate bidders to represent their organizational standing, ensure impartiality, and avoid any conflict of interest that could affect their proposal's competitiveness. This RFP structure illustrates the government's commitment to transparency, accountability, and equal opportunity in federal contracting by ensuring that all proposals conform to established regulations and standards, thereby protecting the integrity of procurement processes. Overall, it serves as a comprehensive guide for contractors seeking to participate in government contracts while highlighting necessary precautions and legal obligations.
    This document outlines the requirements for responding to Request for Lease Proposal No. 376811, emphasizing the necessity for specific exhibits in proposal submissions. Respondents must include forms detailing lease proposals, past performance records, conflicts of interest, certifications regarding debarment, and executive compensation disclosures. Each exhibit serves distinct purposes: confirming subcontractor details, validating past contractual performance, and ensuring compliance with conflict of interest and organizational standards. Notably, certain sections tackle the implications of accepting telecommunications services under regulations prohibiting particular equipment. The document stresses that inadequate disclosure of required information might lead to disqualification, underscoring compliance with established government subcontracting policies. The detailed structure extends from a general introduction to specific exhibits, guiding offerors through the complexities of government regulations. The overarching goal is to ensure transparency and compliance for both subcontractors and awarding agencies, promoting competitive fairness in the leasing process while adhering to federal standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Proposal - HeavyBid Software Development Support
    Active
    Energy, Department Of
    The Hanford Mission Integration Solutions, LLC (HMIS), under the U.S. Department of Energy, is soliciting proposals for HeavyBid Software Development Support through Request for Proposal (RFP) No. 374868. The primary objective is to enhance estimating services by providing training and developing codebooks tailored to the specific needs of HMIS, which includes delivering HCSS HeavyBid Master Estimates, Codebooks, and software training. Proposals must be submitted by October 23, 2024, at 1:00 PM PST, and should adhere to the "Lowest Price Technically Acceptable" evaluation criteria. Interested parties can direct inquiries to Jennifer Torres at jennifertorres@rl.gov or by phone at 509-376-2046.
    HMIS SOLICITATION - Advanced Resource Conservation and Recovery Act (RCRA) Training at Hammer
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is soliciting proposals for Advanced Resource Conservation and Recovery Act (RCRA) Training to be conducted at the Volpentest HAMMER Federal Training Center in Richland, Washington. This training aims to equip Hanford Site workers with essential knowledge regarding the differences between Washington State Dangerous Waste Regulations and federal RCRA regulations, thereby enhancing safety and compliance in hazardous waste management. The selected contractor will be responsible for delivering structured courses, providing instructional materials, and ensuring that all trainers possess relevant qualifications and experience. Proposals are due by November 1, 2024, and should be directed to the primary contact, Erica Richardson, at ericadrichardson@rl.gov or by phone at 509-376-6420. Compliance with federal safety standards and adherence to the outlined proposal requirements will be critical in the evaluation process.
    R--Hanford Mission Essential Services Contract (HMESC)
    Active
    None
    Special Notice: R--Hanford Mission Essential Services Contract (HMESC) The Department of Energy (DOE) is seeking input from industry for the Hanford Mission Essential Services Contract (HMESC) procurement. The DOE is exploring alternative approaches to determine potential efficiencies for offerors in preparing proposals for this contract and future procurements. The DOE is specifically requesting objective input on two cost models, including the cost model in the Draft Request for Proposal (RFP) and an Alternate Cost Model. Offerors are encouraged to provide favorable comments, recommended changes, and non-favorable comments on both cost models by January 19, 2018. The DOE will analyze industry input and take it into consideration for the final RFP.
    REQUEST FOR PROPOSAL - FALL PROTECTION QUALIFIED PERSON TRAINING FOR HANFORD SITE WORKERS AT HAMMER
    Active
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is soliciting proposals for Fall Protection Qualified Person Training for workers at the Hanford Site, specifically at the Volpentest HAMMER Federal Training Center. The objective is to provide in-person, on-site training that complies with the ANSI/ASSE Z359.2 Fall Protection Code, ensuring that workers are equipped with essential knowledge regarding personal fall arrest systems and safety protocols during the ongoing Hanford cleanup efforts. This training is critical for enhancing worker safety and environmental protection in hazardous conditions, with proposals due by November 1, 2024. Interested subcontractors should contact Erica Richardson at ericadrichardson@rl.gov or call 509-376-6420 for further details.
    The U.S. General Services Administration seeks to lease the following space in Washington, DC:
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking proposals to lease office space ranging from 74,075 to 78,648 ABOA square feet in Washington, DC, with a firm lease term of 15 years. The leased space must comply with ISC Level III security requirements, include specific building features such as a minimum ceiling height of 8’6”, and be located within a walkable distance to a Metrorail station. This opportunity is crucial for accommodating government operations while adhering to stringent safety, environmental, and accessibility standards. Interested offerors must submit their proposals by November 7, 2024, with occupancy anticipated around September 2026. For further inquiries, contact Bryant Porter at bryant.porter@gsa.gov or Emmett Miller at emmett.miller@gsa.gov.
    General Services Administration (GSA) seeks to lease the following space
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with specific requirements for a minimum of 51,795 square feet and a maximum of 54,384 square feet for office and related use. The space must be located within the Washington Central Employment Area, be accessible within 2,640 walkable linear feet from a Metrorail station, and meet Facility Security Level (FSL) 4 requirements, along with various safety and sustainability standards. This procurement is critical as it addresses the GSA's need for alternative space due to the expiration of the current lease, and the government will evaluate responses to determine the most economically advantageous option. Interested parties must submit expressions of interest by October 31, 2024, with occupancy estimated for March 7, 2026; inquiries can be directed to Tim Mazzucca or Lindsey Stegall at the GSA via their provided email addresses.
    DACW675250014600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,023 gross square feet of office space in Spokane, WA for a Regulatory Field Office
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 2,023 gross square feet of office space in Spokane, Washington, for a Regulatory Field Office. The lease will be for a full term of 60 months, with an option for an additional 12 months, and must include base rent, utilities, and janitorial services. This procurement is crucial for providing a professional office environment that meets government standards for accessibility, safety, and operational efficiency. Interested parties must submit their proposals electronically by November 7, 2024, and can direct inquiries to Colin Loberg at colin.g.loberg@usace.army.mil or Rora Oh at Rora.Oh@usace.army.mil.
    General Services Administration (GSA) seeks to lease office space in Ellensburg, WA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Ellensburg, Washington, with a requirement for between 1,190 and 1,530 usable square feet in a modern office building. The lease will have a full term of 20 years, with a firm term of 10 years, and the space must comply with various federal standards, including fire safety, accessibility, and security requirements. This procurement is crucial for accommodating government operations and ensuring compliance with federal regulations, particularly regarding sustainability and seismic safety. Interested parties must submit their proposals electronically by November 15, 2024, with occupancy anticipated by January 31, 2026. For further inquiries, contact Ryan Reynolds at Ryan.Reynolds@gsa.gov or (253) 363-7022.
    M--Draft RFP 89233224RNA000008
    Active
    Energy, Department Of
    The Department of Energy, specifically the National Nuclear Security Administration (NNSA), is seeking proposals for the management and operations of the Savannah River Site through the Draft RFP 89233224RNA000008. This procurement aims to secure facilities support services, which are critical for the effective operation and maintenance of various facilities within the site. The successful contractor will play a vital role in ensuring the operational efficiency and safety of the site, which is significant for national security and energy initiatives. Interested parties can reach out to Laura G. Gideon at laura.gideon@nnsa.doe.gov or call 240-723-0975 for further information regarding this opportunity.
    General Services Administration (GSA) seeks to lease the following space:
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, D.C., with a minimum of 39,868 and a maximum of 41,861 ABOA square feet, as part of a presolicitation notice. The offered space must be above-grade, contiguous on no more than two floors, and meet specific security and safety requirements, including ISC Level II security standards and compliance with fire safety and accessibility regulations. This procurement is crucial as the U.S. Government currently occupies a lease that will expire on June 11, 2025, and is exploring alternative spaces that can meet its operational needs while considering relocation costs. Interested parties must submit expressions of interest by October 26, 2024, to Todd Valentine at todd.valentine@gsa.gov or Robert Brunton at robert.brunton@gsa.gov, with occupancy anticipated by June 12, 2025.