Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
ID: SFO-LI-14174Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

General Warehousing and Storage (493110)

PSC

LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS (X1GZ)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking offers for the lease of temporary administrative, warehouse, industrial, and laydown spaces at the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in Bremerton, Washington. This procurement is part of the Shipyard Infrastructure Optimization Plan (SIOP), aimed at modernizing facilities to enhance fleet maintenance and operational efficiency during critical infrastructure upgrades. Offerors are required to provide basic information about available spaces, including location, size, availability, and pricing, with the deadline for inquiries set for February 14, 2025, and submissions due by February 21, 2025. Interested parties can contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Jason Nanni at jason.t.nanni.civ@us.navy.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines available properties for government RFPs, specifying locations, functions, and key features. Two properties located at 123 Main Street, Bremerton, WA offer distinct functions: administrative and general warehouse space. Both properties are 75,000 sqft in total size, with 25,000 sqft and 50,000 sqft dedicated to their respective functions. They are priced at $24 per square foot, built in 2012, and are ready for immediate occupancy. Each facility has seismic certification and provides parking spaces for 101-150 vehicles. The emphasis on immediate availability and full space indicates a readiness to meet urgent governmental needs. This summary serves to inform entities seeking space for operations related to federal grants, and state or local RFPs, highlighting pertinent details essential for decision-making.
    The document titled "Attachment 2 - Phase One Questions" presents a list of inquiries directed to an offeror as part of a government Request for Proposals (RFP) process. It includes 20 numbered questions, displaying the Offeror's questions alongside a corresponding section for the Department of the Navy (DON) responses. The format indicates an organized approach to gather detailed information from potential bidders regarding their capabilities, project understanding, and proposed solutions for the requested services or products. The purpose of this document is to facilitate communication between the government and offerors, ensuring that all relevant questions are addressed to inform decisions during the evaluation of proposals. The emphasis on clarity and detail reflects standard procedures in federal RFPs, aiming to promote transparency and competitiveness in procurements. This systematic inquiry provides the necessary groundwork for assessing offerors' qualifications and aligning their proposals with government needs, ultimately supporting effective public spending and project execution.
    The Department of the Navy (DON), on behalf of the Naval Facilities Engineering Command (NAVFAC) Northwest, has issued Solicitation for Offers (SFO) LI-14174 to lease temporary administrative, warehouse, industrial, and laydown spaces during the infrastructure upgrades at the Puget Sound Naval Shipyard (PSNS) in Bremerton, Washington. This initiative is part of the Shipyard Infrastructure Optimization Plan (SIOP), aimed at modernizing facilities to enhance fleet maintenance and operational efficiency. This solicitation follows a two-phase selection process, with Phase 1 focused on gathering information from potential Offerors regarding available spaces to inform future needs in Phase 2. Offerors are required to submit basic information about their spaces, including location, size, availability, and pricing. The deadline for inquiries is February 14, 2025, while submissions must be completed by February 21, 2025. The government may choose not to proceed to Phase 2 if insufficient space options are identified. This solicitation emphasizes the need for temporary leased spaces to ensure ongoing operations during critical improvements at PSNS, reflecting the Navy's commitment to readiness and modernization.
    Amendment No. 1 to Phase One of Solicitation for Offers (SFO) LI-14174 pertains to Administrative, Warehouse, and Storage Space for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility in Washington. Issued by the Naval Facilities Engineering Command, this amendment removes the requirement for a Phase 1 submittal to be considered for subsequent phases. It also provides answers to questions raised regarding the solicitation. Key clarifications include the timeline for space occupancy being unavailable in Phase 1, the distinction between warehouse and industrial spaces, and the allowance for offerors to propose acquisition-based leasing structures, including build-to-suit options. Detailed requirements will be elaborated in Phase 2, where formal proposal submission instructions will also be provided. All other terms of SFO LI-14174 remain unchanged. This document reflects the government's engagement in streamlining processes for potential contractors in federal RFPs.
    The Naval Facilities Engineering Command (NAVFAC) Northwest has issued a Solicitation for Offers (SFO LI-14174) to lease temporary administrative, warehouse, industrial, and laydown spaces at the Puget Sound Naval Shipyard (PSNS) in Bremerton, Washington. This initiative is part of the Shipyard Infrastructure Optimization Plan (SIOP), aimed at modernizing and expanding facilities while maintaining operational capabilities during upgrades. The solicitation follows a two-phase selection process, with Phase 1 focused on gathering information on available spaces to determine potential options for Phase 2, where detailed proposals will be required. Spaces must be located within 40 miles of PSNS. Interested parties must submit basic information about available properties by 21 February 2025, including location, size, and pricing estimates. Questions can be clarified by contacting designated officers before the submission deadline. The successful execution of this leasing initiative is crucial for ensuring PSNS continues to support the Navy’s fleet readiness during essential infrastructure improvements.
    Similar Opportunities
    Armed Forces Recruiting Navy Reserve Headquarters Office Space
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the lease of office space for the Navy Reserve Headquarters in Everett, Washington. The required space must range from 4,900 to 5,500 gross square feet, located in a professional office area with specific accessibility and safety standards, including compliance with fire safety, security, and environmental regulations. This procurement is crucial for supporting military recruiting operations, ensuring that the facility meets operational needs while adhering to federal guidelines. Interested parties must submit their expressions of interest by February 28, 2025, with occupancy anticipated by August 30, 2025. For further inquiries, contact Kurtis A. Nold at Kurtis.A.Nold@usace.army.mil or by phone at 206-743-2182.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    PLATFORM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting proposals for the procurement of commercial items necessary for the Puget Sound Naval Shipyard. This opportunity is specifically set aside for small businesses and involves the manufacturing of prefabricated metal buildings and components, as outlined under NAICS code 332311. The procurement is critical for enhancing operational readiness and ensuring compliance with stringent security and quality standards, which are vital for supporting defense operations. Proposals must be submitted by 10:00 AM on February 18, 2025, and interested contractors can reach out to Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244 for further information.
    Job Fair Rental Space Norfolk Naval Shipyard
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking qualified sources for rental space to host a career fair scheduled for multiple dates in 2025. The procurement requires a venue capable of accommodating 700 to 1,000 attendees, with a minimum space of 12,000 square feet, and must include specific features such as interview areas, registration tables, high-speed internet access, and security personnel. This initiative is crucial for facilitating recruitment efforts and ensuring compliance with federal guidelines, reflecting standard practices in government contracting. Interested parties should contact Jason D. Fittro at Jason.Fittro@navy.mil or call 757-396-8413 to express their interest and provide a capabilities statement, as this is a Sources Sought notice and not a solicitation for proposals.
    Lease of 100kW Diesel Generator
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is soliciting proposals for the lease of a 100kW Diesel Generator under solicitation number N4523A25Q4022. The contract, set aside for small businesses, will be awarded on a Firm Fixed Price basis for a service period from February 28, 2025, to February 27, 2026, with a potential six-month extension. This generator is critical for maintaining emergency power supply systems, ensuring operational readiness and safety compliance at the facility. Interested bidders must submit their proposals via email by 12:00 PM Pacific Time on February 18, 2025, and are encouraged to contact Emily Hamilton or Brian Fergus for further inquiries.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.
    Office Space In-Lease - Jacksonville, Florida
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking potential sources for leasing 35,000 net/usable square feet of Class A commercial office space in Jacksonville, Florida. The requirements include 300 on-site parking spaces and a full-service lease not exceeding five years, with the space needing to be move-in ready and compliant with safety and security standards, including accessibility for individuals with disabilities. This procurement is crucial for supporting the operational needs of the Navy in the region, ensuring that the selected facility meets government standards for functionality and efficiency. Interested parties must submit their expressions of interest by 4:00 PM EST on February 15, 2025, directed to Erin Smith at erin.m.smith.civ@us.navy.mil or Mike Brooks at Michael.a.brooks10.civ@us.navy.mil.
    FY25 MILCON P859 Design-Bid-Build CVN 78 Aircraft Carrier Electrical Upgrade for Various Substations, Naval Base Kitsap, Bremerton, WA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Northwest, is soliciting proposals for the design-bid-build project titled "FY25 MILCON P859 Design-Bid-Build CVN 78 Aircraft Carrier Electrical Upgrade for Various Substations" at Naval Base Kitsap in Bremerton, WA. This procurement aims to upgrade electrical systems across various substations to enhance operational capabilities and ensure the reliability of power supply for the CVN 78 aircraft carrier. The project falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for maintaining the infrastructure of naval operations. Interested contractors can reach out to Sylva Kabuanseya at sylva.kabuanseya.civ@us.navy.mil or call 360-396-4184 for further details regarding the solicitation process.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.