Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
ID: 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 the Navy, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 748,235 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to address the operational space requirements associated with the Shipyard Infrastructure Optimization Plan (SIOP), facilitating the Navy's modernization and expansion efforts during infrastructure upgrades. The leased space will support various operational functions and is critical for maintaining seamless operations throughout the construction period. Interested offerors must submit their proposals by May 26, 2025, with pre-proposal inquiries due by May 2, 2025. For further information, contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the requirements for a facility with approximately 52,680 square feet dedicated to administrative, classroom, and training spaces to accommodate around 260 personnel. It specifies various room types, including executive offices, academic training rooms, computer labs, and shop areas, along with necessary features such as network drops, wall STC ratings, 110V duplex outlets, and additional amenities like overhead projectors, sound systems, and storage. The document emphasizes compliance with code, painting standards, and locking doors, and outlines preferences for co-location of certain spaces. Furthermore, it requires the Lessor to provide furniture, fixtures, and equipment (FF&E) and specifies the preferred number of dedicated parking spaces. This structured request facilitates the government’s intent to streamline operations and enhance learning environments while adhering to safety and functionality standards.
    The government file outlines detailed specifications for various facilities to accommodate personnel across multiple requirements. It focuses on the construction, design, and functional attributes of diverse spaces, totaling approximately 463,000 square feet, including administrative, training, warehouse, and laydown areas. Notable features include executive and single offices, classrooms, labs, conference rooms, administrative spaces, and multiple warehouses, each equipped with specific infrastructure needs such as network drops, electrical outlets, and soundproofing. Key points include the emphasis on certain standards for wall STC ratings, electrical services, and the provision of furniture and equipment, mandated to be supplied by the lessor. Other critical requirements specify adequate parking spaces, safety features like locking doors, and construction that adheres to building codes. The document highlights the necessity for co-located facilities and unified access for various operations, which supports effective logistics. Overall, this file exemplifies the government's strategic approach in issuing requests for proposals (RFPs) and grants aimed at developing functional and efficient facilities, ensuring contractors meet rigorous standards while accommodating specific operational needs in a collaborative environment.
    The document outlines a federal government Request for Proposal (RFP) amendment detailing requirements for various facilities to accommodate personnel and training spaces. It specifies the need for approximately 52,680 square feet of administrative and classroom space for 260 personnel, including executive offices, classrooms, training rooms, and workshops, all designed with specific building codes and equipment needs. Each room is listed with dimensions, intended use, maximum occupancy, and essential features such as network connections, acoustics, and electrical outlets. Additionally, it covers requirements for over 111,000 square feet of warehouse and laydown space, emphasizing safety and accessibility measures, such as proper loading dock specifications and structural capacities. The overarching goal is to procure spaces that meet functional, regulatory, and logistical needs, ensuring that operations can proceed effectively while adhering to safety standards. The document stresses the importance of co-location for specific spaces and compliance with federal guidelines, aiming to streamline the proposal process for potential contractors.
    The document outlines comprehensive space requirements for a government request for proposals (RFP), detailing the specifications for administrative, classroom, and training facilities to accommodate approximately 260 personnel across various environments. Key elements include specifications for office spaces, classrooms, computer labs, conference rooms, and shop areas with a focus on structural requirements such as room dimensions, occupant capacities, utilities (like network drops and power outlets), and sound ratings. The document demands facilities to provide specific amenities, including painted walls, carpeting, window coverings, and secure access, emphasizing the need for compliance with building codes. It also specifies preferences for parking availability, including dedicated spaces for personnel and large vehicle accommodations. The purpose of the document serves to solicit developers or lessors to propose multiple buildings that meet these requirements while promoting co-location of specific facilities to enhance operational efficiency. This initiative aligns with federal objectives to ensure adequate infrastructure supports governmental functions and trainings, highlighting the need for modern, efficient spaces tailored to the educational and administrative needs of government personnel.
    This government document outlines a comprehensive Request for Proposals (RFP) for facilities aimed at supporting various administrative, classroom, and training needs for federal personnel across multiple areas. It specifies the required space, dimensions, maximum occupancy, network requirements, and intended purposes for diverse room types, such as executive offices, conference rooms, classrooms, laboratories, and warehouses. The total area requirements sum up to approximately 111,695 square feet, with a strong emphasis on wiring capabilities for modern communication systems. Key specifications include acoustic wall ratings, environmental controls, and provisions for specialized equipment (e.g., lab stations, smart boards), as well as ensuring compliance with federal building codes. Additional details suggest preferences for FF&E to be provided by the lessor, adequate parking provisions, and the potential for co-locating facilities to streamline operations. The primary goal is to facilitate effective governmental operations while adhering to safety, accessibility, and functionality standards. The document serves as a detailed guideline for contractors to meet federal requirements efficiently in the procurement of such spaces and services.
    The government document outlines a comprehensive Request for Proposals (RFP) and grant requirements for facilities accommodating a total of 454 personnel across various administrative, training, and industrial spaces. The specifications detail individual room dimensions, intended uses, occupancy limits, and necessary amenities including network infrastructure, power outlets, and security features. Buildings must be located within 500 meters of one another, with preferences for parking availability. There are specific requirements for classrooms, offices, laboratories, warehouse and workshop spaces, all highlighting the necessity for compliance with various standards, such as sound insulation ratings and accessibility features. The overarching goal is to establish flexible spaces to support operational needs while ensuring all defined facilities meet safety and operational standards. The document emphasizes the importance of providing certain equipment and installations by the Lessor, reflecting federal standards for facility acquisitions.
    The document outlines a comprehensive requirement for a facility accommodating various administrative, classroom, training, and warehouse spaces to support multiple personnel roles. The total space needed is approximately 107,685 square feet and includes specifications for executive offices, classrooms, cubicles, training rooms, and warehouses, designed to cater to up to 606 employees across different functions. Each room has detailed specifications like network drops, ceiling height, and special requirements such as soundproofing and outlets. It mentions governance by strict building codes and includes a preference for dedicated parking spaces. Additionally, the document emphasizes the necessity for providing furniture, fixtures, and equipment by the lessor. This RFP highlights the government's effort to modernize spaces while ensuring compliance with safety and accessibility regulations, reinforcing its commitment to creating functional working environments for its workforce. The document serves as a guideline for potential bidders to propose solutions that fulfill these requirements effectively.
    The document outlines the designated installation area for a federal RFP or grant related to mapping or transportation, featuring a driving distance of 40.4 miles from a specified origin point. The data includes a scale indicating both miles and kilometers, suggesting an emphasis on geographical accuracy. The mention of collaborators, such as OpenStreetMap and Esri, highlights a focus on integrating reliable mapping data for the project. With a date provided (3/11/2024), the document appears to be a preliminary or planning piece, likely serving as an introduction to a more detailed proposal or project description. Its concise presentation of geographical parameters is essential for agencies evaluating logistics, planning, and compliance within the context of federal or state initiatives. Overall, the document aims to facilitate informed decision-making regarding the geographical scope of the project associated with the RFP or grant.
    This U.S. Government Lease for Real Property establishes an agreement between a Lessor and the United States of America regarding the leasing of specified premises. The document outlines essential terms including the duration of the lease, rental rates, payment procedures, and the conditions under which the Government can terminate or renew the lease. It stipulates that the Lessor must cover certain rental considerations and includes references to attached general provisions and instructions. Additionally, it details the process for providing notice of cancellation or renewal. The lease agreement underscores mutual obligations and rights, emphasizing that the Government retains the authority to make decisions regarding the lease’s continuity while ensuring the property meets its operational needs. The structured nature of the document reflects standard practices in federal leasing agreements, ensuring clarity and protection for both parties involved.
    The document outlines general clauses related to the acquisition of leasehold interests in real property for the Federal Government, specifically addressing the terms and conditions governing leases, maintenance, and payment processes. It comprises several clauses referencing regulations and standards, emphasizing compliance with Federal acquisition and property management laws. Key topics include definitions of terms, subletting rights, maintenance responsibilities, default conditions, inspection rights, and payment procedures. The Government asserts rights concerning space inspection, occupancy acceptance, and alterations while ensuring adherence to safety and legal standards. Additionally, clauses address contractor conduct, cybersecurity requirements, labor standards, and opportunities for small businesses. This framework establishes a structured approach to leasing in government contracts, emphasizing accountability, compliance, and efficient property management.
    The document details the Representations and Certifications required for the acquisition of leasehold interests in real property as part of government solicitations. It outlines the specific requirements for Offerors, focusing on small business status and definitions related to various classifications, including small, women-owned, economically disadvantaged women-owned, veteran-owned, and HUBZone small business concerns. The Offeror must certify their business status, declare past compliance with federal contract obligations, and affirm that their pricing methods are independent and competitive. Additional provisions cover tax identification, registration requirements, and liability disclosures for federal tax delinquencies or felony convictions. By adhering to these requirements, Offerors aim to ensure compliance, foster fair competition, and support diverse business participation in government contracts, highlighting the federal commitment to incorporate small and disadvantaged businesses in procurement practices. The structure of the document involves a step-by-step certification process, indicating both the obligations of the Offeror and the consequences of misrepresentations.
    The document outlines the Proposal to Lease Space under Solicitation for Offers (SFO) LI-14174, specifying requirements for interested Offerors to submit completed proposals to designated Real Estate Contracting Officers via DoD Safe File Exchange. Key sections include Owner Identification and Certification, Description of Premises, Space Offered and Rates, and Lease Terms. Offerors are required to provide details about the property being offered, including total square footage, construction type, rent proposals for ten years, and parking availability for government use. Notably, the lease term consists of ten years with a provision allowing the government to terminate the lease after the first year with 120 days' notice, ensuring minimal costs associated with termination barring documented tenant improvement expenses. The document emphasizes compliance with federal acquisition regulations and requires a detailed itemization of all lease-related stipulations. It aims to facilitate the leasing process while outlining requisite information for the government to evaluate offers that meet its space requirements.
    The document outlines the guidelines for submitting proposals relating to leasehold interests in real property through government solicitations. Key elements include definitions of terms like "Discussions," "Proposal modifications," and "Proposal revisions." It emphasizes the requirements for proposal submission, including timeliness and acknowledgment of amendments. Late proposals may be accepted under certain conditions, and modifications can be submitted before the closing date. The document stresses compliance with various regulations, including the execution of leases by individuals, partnerships, and corporations. Additionally, it addresses the preaward compliance evaluation and mandates registration in the System for Award Management (SAM) for any offeror seeking to participate. The government reserves the right to reject any proposal, enforce confidentiality of data within proposals, and considers proposals in terms of best value and compliance with regulatory standards. Overall, this document serves to facilitate a structured approach for offerors while ensuring the government's interests are adequately safeguarded in lease transactions.
    The General Services Administration (GSA) prelease form outlines the requirements for evaluating fire protection and life safety in office buildings offered to the government. It is divided into two parts: Part A for spaces below the 6th floor, completed by the Offeror, and Part B for spaces on or above the 6th floor, requiring evaluation by a licensed professional engineer. Both parts assess compliance with local building and fire codes, focusing on aspects such as automatic fire sprinkler systems, fire alarm systems, egress routes, exit signs, emergency lighting, and elevator safety. Part A includes a series of yes/no questions related to fire safety systems and general building information. In contrast, Part B necessitates a detailed narrative report from the engineer, covering observations, deficiencies, and recommendations for compliance with established fire safety codes. Both parts emphasize the importance of maintaining safety standards within the offered space, with specific attention given to any existing violations. The documents ensure that all conditions meet federal safety requirements, thus safeguarding employees and visitors in government buildings and enhancing overall structural integrity.
    The document is a Certificate of Seismic Compliance (Seismic Form B) for existing buildings, affirming a seismic evaluation conducted by a designated engineer. It outlines the essential details of the building, including its ASCE building type, number of stories, area, design code, construction year, and evaluation methodology based on the ICSSC RP 8 standards. The form allows the engineer to categorize their evaluation as Tier 1, Tier 2, or Tier 3, with a requirement to attach relevant documentation. The engineer is to express their opinion on whether the building meets the Life Safety Performance Level, ensuring compliance with seismic safety standards established for federally owned or leased buildings. This certificate plays a critical role in ensuring that government-funded structures meet safety regulations against seismic hazards, thereby mitigating risks associated with earthquakes and securing federal grant approval for building projects.
    The SFO LI-14174 outlines the architectural and finish preferences for government space requirements, focusing on modern office and warehouse facilities. Key areas include: 1. **General Architecture**: Emphasizes a professional exterior with durable materials, energy-efficient features, and accessibility for disabled individuals. Security measures such as solid weather-tight doors and master-keyed locks are specified. 2. **Construction Waste Management**: Offers guidelines for recycling construction materials and responsible disposal of hazardous substances, ensuring compliance with federal and state laws. 3. **Indoor Air Quality**: Stipulates safe material selections, proper ventilation during and after construction, and adherence to OSHA regulations to promote occupant health. 4. **Performance Standards**: Requires skilled labor for quality work, space efficiency, and specifications for flooring, walls, windows, and doors to uphold safety and aesthetic standards. 5. **Sustainability**: Encourages using recycled materials and low-emission products in compliance with EPA guidelines, ensuring environmental considerations are incorporated into the construction process. This document serves as a framework for potential Offerors to align their proposals with government expectations for tenant improvements, maintaining safety, efficiency, and environmental responsibility throughout the project lifecycle.
    The document outlines the Solicitation for Offers (SFO) LI-14174 related to the Department of the Navy (DoN). It specifically focuses on the protocol for pre-proposal inquiries (PPI). Offerors are encouraged to submit inquiries regarding the SFO, which should be clearly marked and sent to designated Navy email addresses. The submission deadline for these inquiries is set for May 2, 2025, at 11:59 PM Hawaii Standard Time. All questions and corresponding answers will be collected and published as an amendment to the SFO, accessible on SAM.gov, though offeror identities will remain confidential. Interested parties are advised to check SAM.gov for any existing questions and responses to avoid redundancy. The document aims to facilitate clear communication between the DoN and potential offerors during the proposal process.
    The Naval Facilities Engineering Systems Command (NAVFAC) Pacific Real Estate Division announces an upcoming Industry Day focused on a Navy Leasing Opportunity. Scheduled for March 12, 2025, at 1300 PST, this event aims to provide participants with a comprehensive overview of the current solicitation (SFO LI-14174) for leasing efforts at the Puget Sound Naval Shipyard in Bremerton, WA. Attendees will receive crucial information regarding submission instructions and will have the chance to ask questions pertinent to the leasing process. This session is accessible via MS Teams, aiming to clarify and enhance the understanding of the leasing opportunity for interested parties.
    Amendment No. 1 to Phase Two of Solicitation for Offers (SFO) LI-14174 addresses the procurement of administrative, warehouse, and storage space for the Puget Sound Naval Shipyard. Issued on March 3, 2025, by the Naval Facilities Engineering Command, this document outlines the process for prospective offerors to submit inquiries and proposals related to the lease opportunity. A virtual Industry Day is scheduled for March 12, 2025, to provide insights and facilitate questions on the solicitation. Key updates include clarifications on the lease term, now stated as a ten-year firm lease with a 120-day termination notice provision, and adjustments to the proposal submission deadline, set for May 26, 2025, at 12:00 PM Hawaii Standard Time. The amendment also invites new offerors to participate in Phase Two regardless of Phase One submissions. Addressing frequently asked questions, the document ensures transparency in the process while reaffirming unchanged terms from Phase One. This amendment reflects the government’s commitment to effective communication with potential contractors, ultimately promoting competitive bidding for this essential leasing opportunity.
    Amendment No. 2 to Phase Two of Solicitation for Offers (SFO) LI-14174 addresses the procurement of administrative, warehouse, and storage space at the Puget Sound Naval Shipyard in Washington. The document clarifies that any interested parties may submit proposals for this phase, including those who did not participate in Phase 1. It specifies an Industry Day on March 12, 2025, to provide an overview and answer questions related to the SFO. The amendment revises Section 1.6 regarding the target occupancy date, emphasizing that the government seeks to occupy the space promptly. Additionally, it addresses various queries from potential offerors, providing clarifications regarding occupancy terms, evaluation factors, and submission of questions via a Pre-Proposal Inquiry (PPI) Form. The amendment ensures that existing terms from Phase 1 remain unchanged while updating specific language for clarity. The document aims to facilitate transparency and clarity around the proposal process for interested contractors in a structured and organized manner.
    Amendment No. 3 to Phase Two of Solicitation for Offers (SFO) LI-14174 outlines the procurement process for administrative, warehouse, and storage space at the Puget Sound Naval Shipyard. Issued by the Naval Facilities Engineering Command, it invites proposals from both previous and new offerors, clarifying that participation in Phase 1 is not mandatory for Phase 2 submission. Key components include a pre-proposal inquiry process, with a deadline of May 2, 2025, and an upcoming virtual Industry Day for potential offerors to gain insights into the SFO and ask questions. The document addresses various queries from offerors concerning occupancy dates, lease terms, co-location, and cancellation clauses, with references to specific sections within the SFO for further clarity. Notably, it maintains all other terms from Phase 1 unchanged. This amendment is critical for entities interested in leasing opportunities with the Navy, ensuring transparency and accessibility in the proposal process. Participants are encouraged to utilize provided forms and attend the virtual information session to optimize their proposals, highlighting the Department of Navy's commitment to engaging with industry stakeholders.
    Amendment No. 4 to Phase Two of Solicitation for Offers (SFO) LI-14174 seeks proposals for a 10-year lease of approximately 748,235 square feet of administrative, training, warehouse, and laydown space at the Puget Sound Naval Shipyard in Washington. The solicitation outlines requirements for accommodating 867 personnel and allows for multiple offer submissions for the defined space needs. Key changes in this amendment include the removal of Requirement A and the release of a revised Room Schedule. The document includes a Q&A section addressing potential offerors' inquiries regarding the bidding process, occupancy timelines, parking requirements, and lease termination clauses. It emphasizes that both previous and new offerors are welcome to participate and highlights the necessity for compliance with local regulations. Important stipulations include minimum parking requirements, co-location preferences, and clarification regarding tenant improvements. The SFO encourages creative approaches to meet space requirements while stipulating that the Navy's lease terms remain firm in maintaining termination rights. The deadline for pre-proposal inquiries is set for May 2, 2025, with submissions expected to adhere to established guidelines. This SFO exemplifies the Navy's ongoing efforts to secure adequate real estate solutions for operational needs within its stipulated terms and conditions.
    Amendment No. 5 to Phase Two Solicitation for Offers (SFO) LI-14174 pertains to the leasing of administrative, warehouse, and storage space at the Puget Sound Naval Shipyard in Washington. This amendment incorporates several modifications, including the ability for offerors to propose multiple buildings within 500 meters of each other to meet total space requirements. Key updates address specifications in Requirements B, F, G, H, and the addition of Requirement R, which outlines a new industrial space need of 6,000 square feet. The document also facilitates pre-proposal inquiries through designated email contacts and emphasizes that responses will be shared publicly to ensure transparency. The deadline for submitting proposals is set for May 26, 2025. Additionally, the amendment clarifies occupancy terms, outlines expected minimum requirements for various space allocations, and addresses questions from potential offerors, encouraging creative proposals that comply with the Navy's criteria. The document maintains focus on the Department of the Navy's long-term leasing needs while ensuring compliance with federal regulations and guidelines throughout the proposal process.
    Amendment No. 6 to Solicitation for Offers (SFO) LI-14174 outlines the Department of the Navy's request for a 10-year lease for approximately 745,185 square feet of varied space near Bremerton, Washington. Key updates include revised square footage for certain requirements, with a net reduction of 24,961 square feet and an addition of 6,000 square feet as specified in previous amendments. Interested offerors must submit pre-proposal inquiries via email by May 2, 2025. The amendment establishes requirements for administrative, training, warehouse, industrial, and laydown spaces to accommodate 889 personnel. A security survey will be conducted by the Navy post-offer submission, crucial for eligibility. The document also includes responses to recent questions concerning compliance with safety standards and clarifications on lease documentation. Overall, this amendment serves to finalize specific lease terms and provide clear expectations for submissions while maintaining procedural fairness in the solicitation process.
    Amendment No. 7 to Solicitation for Offers (SFO) LI-14174 outlines the requirements for a 10-year lease for administrative, warehouse, and storage space at Puget Sound Naval Shipyard, Washington. The Navy seeks approximately 749,185 square feet to accommodate 889 personnel across various functions, including administrative and industrial spaces. Key updates in this amendment include changes to the room schedule, clarifications on space configuration, and removal of square footage columns to prevent confusion. Proposals must be submitted by May 2, 2025, with questions directed to designated contacts. Multiple leases may be awarded, and security surveys will be conducted post-offer submission to assess properties for safety compliance. This document reiterates the Navy's specified space requirements, eligibility standards for proposals, and procedural guidelines, reinforcing a commitment to transparency and fairness in the solicitation process, critical for potential offerors engaging in government contracting.
    Amendment No. 8 to Phase Two of Solicitation for Offers (SFO) LI-14174 addresses the requirement for administrative, warehouse, and storage space at the Puget Sound Naval Shipyard. The amendment includes updates on personnel occupancy, clarifications to submitted inquiries, and revised room schedules indicating needs for full-time on-site staff. Key inquiries from potential offerors include the Navy's security survey process, lease execution requirements, and square footage discrepancies. The document specifies that storage must comply with fire safety standards and outlines acceptable conditions for shared and co-located spaces. Offerors are reminded that the Navy will initiate security surveys, which may affect proposal adjustments, and that early proposal submissions are welcomed but carry no guarantee of feedback. The amendment aims to maintain transparency and fairness throughout the solicitation process, ensuring all interested parties can access and understand the latest updates and requirements for participation. This document functions within the context of federal procurement, ensuring compliance with Navy specifications while fostering competitive sourcing.
    Amendment No. 9 to Phase Two of Solicitation for Offers (SFO) LI-14174 details the Department of the Navy's (DoN) requirements for leasing administrative, warehouse, and storage space at the Puget Sound Naval Shipyard. The Navy seeks to award a 10-year lease for approximately 752,035 square feet, accommodating 874 personnel across various functions. Key amendments include revisions to the room schedule, emphasizing co-location preferences for certain requirements, updated square footage data, and detailed specifications for parking and tenant improvements. The document includes a comprehensive list of 106 questions and responses from prospective offerors regarding space requirements, parking needs, tenant improvements, and security measures. Responses clarify expectations on furnishings, layout, and co-location of spaces to meet operational needs. The deadline for proposal submission is set for May 26, 2025, with a focus on ensuring compliance with security standards and addressing potential changes to lease terms. This solicitation reaffirms the Navy's commitment to establishing a secure and functional lease arrangement while optimizing space utilization for essential operations.
    The Naval Facilities Engineering Systems Command (NAVFAC) Pacific Real Estate Division is hosting an Industry Day on March 12, 2025, to outline opportunities for leasing concerning the Puget Sound Naval Shipyard (PSNS) in Bremerton, WA. During this session, representatives from the Department of the Navy (DON) will present a general overview of the current solicitation (SFO LI-14174), including essential information and directives for submitting offers. Attendees will also have the chance to ask questions related to the leasing process. This event serves as an important platform for potential bidders to understand the requirements and engage with the Government. Participants can join the virtual meeting via MS Teams, with relevant access details provided.
    The solicitation N44255-25-RP-00011 by the Department of the Navy seeks offers for a 10-year lease of approximately 812,905 square feet of space near Bremerton, Washington, to accommodate 1,956 personnel. The required facilities include administrative, training, warehouse, industrial, and laydown spaces structured for government use. Offerors must comply with Federal, State, and local building codes, and ensure facilities meet safety and environmental standards, including a preference for energy-efficient designs. The proposal must detail layout, compliance with security requirements, sufficient utilities and maintenance services, and include features such as parking spaces based on local codes. Offers should be submitted via the DoD SAFE website by May 26, 2025, and will be evaluated based on price, co-location capabilities, proximity to the Puget Sound Naval Shipyard, and the ability to deliver usable space promptly. The government retains the right to award leases based on initial submissions without discussions. This document reflects a structured approach to public contracting, highlighting the government's focus on efficiency, safety, and adherence to standards in acquiring real property for operational needs.
    Similar Opportunities
    FY26 NNSY Job Fair Rental Space
    Dept Of Defense
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), is seeking proposals for the rental of a venue space to host a Career Fair on January 24, 2026, in either Chesapeake or Portsmouth, Virginia. The venue must accommodate between 700 to 1,000 attendees and provide a minimum of 12,000 square feet, including specific requirements such as private interview areas, tables, chairs, and necessary technical support like high-speed Wi-Fi and printing services. This opportunity is set aside for small businesses, with a Firm Fixed Price Single Award Contract anticipated, and quotes are due by 8:00 A.M. EST on December 22, 2025. Interested vendors should contact Aletha Nunley or Denise Swain for further details and ensure they are registered in SAM to participate in the procurement process.
    REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
    Energy, Department Of
    The Department of Energy, through Hanford Mission Integration Solutions, Inc. (HMIS), is seeking proposals for a Request for Proposal (RFP 386369) to lease warehouse space as part of its exit strategy from an outdated facility. The procurement requires a minimum of 30,000 square feet and a maximum of 215,000 square feet of contiguous warehouse space, along with at least 5,000 ABOA square feet of office space, all located in a modern building with a minimum clear ceiling height of 20 feet and additional laydown yard space. This initiative is critical for supporting the Hanford cleanup operations, ensuring compliance with federal, state, and local regulations, and maintaining high standards of safety and quality. Interested offerors must submit their proposals by December 29, 2025, and direct any inquiries to Kristina Hamby at kristinaghamby@rl.gov or by phone at 509-376-3011.
    Navy Recruiting Center, Virginia Beach, VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    Recruiting Office - Armed Forces Career Center - New Port Richey
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as an Armed Forces Career Center in New Port Richey, Florida. The required space must range from 5,161 to 6,240 gross rentable square feet and include adequate parking for approximately fifteen government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This procurement is critical for establishing a functional recruiting facility that meets specific operational needs, including compliance with federal construction and security specifications. Interested parties must submit their proposals, including a completed Proposal to Lease Space form, by email to the designated contacts by 11:59 PM on December 23, 2025, and ensure registration in the System for Award Management (SAM) prior to contract award.
    Navy Career Center-Alexandria-VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,200 usable square feet of commercial retail space in Alexandria, Virginia, to support the Navy Career Center. The leased space must include a secondary egress and sufficient parking for four government vehicles, both during the day and overnight, and must comply with government leasing standards. This opportunity is crucial for providing a functional and accessible location for recruitment activities. Proposals are due by 5:00 PM on January 1, 2026, and interested parties should contact Kenneth J. Bowe at kenneth.j.bowe@usace.army.mil or 443-896-3301 for further details.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    RM22-1205 B7 Structural Repairs at Portsmouth Naval Shipyard, Kittery ME
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is seeking qualified contractors for the RM22-1205 B7 Structural Repairs project at the Portsmouth Naval Shipyard in Kittery, Maine. This opportunity involves a comprehensive interior renovation of the historic Building 7, which includes hazardous material removal, structural modifications, installation of new utilities, and upgrades to mechanical, electrical, and fire protection systems, with a project value estimated between $25 million and $100 million. The project is significant for maintaining the integrity of historic structures while ensuring compliance with modern safety and operational standards. Interested parties must submit their capabilities packages, including relevant project experience, by January 2, 2026, to Shannon Price at shannon.e.price3.civ@us.navy.mil.
    Justification for Other Than Full & Open Competition for N3904022C0012 Extension
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to extend contract N3904022C0012 for the lease or rental of prefabricated structures and scaffolding at the Portsmouth Naval Shipyard in Kittery, Maine. This extension is justified on a Sole Source basis for a period of 10 weeks, from January 23, 2023, to April 4, 2023, in accordance with FAR 6.305(b). The procurement is critical for maintaining operational capabilities at the shipyard, ensuring that necessary equipment is available for ongoing projects. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil or by phone at 207-451-8940 for further details regarding this opportunity.
    Justification and Approval - N4523A23C0561
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the repair, maintenance, and modernization of the USS SAMPSON (DDG 102) as part of its Fiscal Year 2023 Selected Restricted Availability. This opportunity involves a contract awarded under the Justification and Approval process, focusing on non-nuclear ship repair services at the Puget Sound Naval Shipyard in Everett, Washington. The successful contractor will play a crucial role in ensuring the operational readiness and longevity of naval assets. Interested parties can reach out to Charles Smith at charles.r.smith1021.civ@us.navy.mil or by phone at 360-633-9342, or contact Cheri Richards at cheri.r.richards.civ@us.navy.mil or 425-304-5522 for further details.
    RFI for Multiple parcels at Naval Station Great Lakes, Great lakes, IL
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking interest from industry partners for a long-term partnership opportunity to develop, redevelop, or repurpose multiple parcels at Naval Station Great Lakes in Illinois. The initiative aims to establish real estate agreements in exchange for In-Kind Consideration (IKC), which may include construction or maintenance improvements at fair market value, with preferred uses for the parcels including data centers, energy utilities, light industrial, hospitality, and commercial/mixed-use developments. Interested parties are invited to submit their redevelopment concepts and plans by 2:00 PM EST on February 19, 2026, and can attend an Industry Day on January 15, 2025, for further information. For inquiries, contact Derek Crute Jr. at derek.a.crute2.civ@us.navy.mil or Malia Ancheta at malia.j.ancheta.civ@us.navy.mil.