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 Defense, through the Naval Sea Systems Command (NAVSEASYSCOM), is soliciting offers for a 10-year lease of approximately 812,905 square feet of administrative, warehouse, industrial, and laydown space near Bremerton, Washington, to support the Puget Sound Naval Shipyard & Intermediate Maintenance Facility. The procurement aims to accommodate up to 1,956 personnel, with specific requirements for modern facilities that comply with federal, state, and local building codes, emphasizing safety, energy efficiency, and accessibility. Interested offerors must submit their proposals via the DoD SAFE website by May 26, 2025, and are encouraged to direct inquiries to Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com for further clarification on the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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
    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 soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    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.
    FURNITURE KIT-UPLAND ORCHARD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking contractors for the "Furniture Kit-Upland Orchard" project, which involves the design, delivery, and installation of furniture at the Puget Sound Naval Shipyard & Intermediate Maintenance Facility in Washington. The project requires the provision of 168 cubicles, offices, conference and break rooms, and lateral file cabinets, with a strong emphasis on detailed design drawings, a Bill of Materials, and adherence to environmental certifications and safety protocols. This initiative aims to enhance work efficiency and safety at the facility, reflecting the critical nature of compliance with established standards in federal contracting. Interested contractors can reach out to Timothy J. Easter at TIMOTHY.EASTER@DLA.MIL or by phone at 360-813-9218 for further information, with project completion expected within 60 days post-award.
    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 (NAVFACSYSCOM NORTHWEST), is soliciting bids for the FY25 MILCON P859 project, which involves the design-bid-build of electrical upgrades for various substations at the Naval Base Kitsap in Bremerton, WA. This project aims to enhance the electrical infrastructure supporting the CVN 78 Aircraft Carrier, ensuring reliable power supply and operational efficiency. The work falls under the NAICS code 237130, focusing on the construction of power and communication line structures, which are critical for maintaining the operational readiness of naval assets. Interested contractors can reach out to Sylva Kabuanseya at sylva.kabuanseya.civ@us.navy.mil or by phone at 360-396-4184, or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil or 360-315-8317 for further details.
    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.
    DACA675260000200-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,016-9,233 gross square feet of retail space in Tukwila, WA for an Armed Forces Recruiting Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 7,016 to 9,233 gross square feet of retail space in Tukwila, WA, for an Armed Forces Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential features such as 24-hour access, adequate parking for 25 government vehicles, and necessary communications infrastructure. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency for recruiting personnel. Interested lessors must submit their proposals by January 31, 2025, and can direct inquiries to Jessica Butko at jessica.L.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    N44255-25-R-1503, Pre-Solicitation Notice -- NAVFAC Northwest VENTI Multiple Award Construction Contract (VENTI MACC)
    Buyer not available
    The Department of Defense, through the NAVFAC Northwest, is preparing to solicit proposals for the VENTI Multiple Award Construction Contract (VENTI MACC) aimed at commercial and institutional building construction in Silverdale, Washington. This contract will encompass a range of construction services, focusing on the construction of miscellaneous buildings, which are vital for supporting military operations and infrastructure. Interested contractors should note that the primary point of contact for this opportunity is Jodus Hortin, who can be reached at jodus.d.hortin.civ@us.navy.mil or by phone at 360-315-8317, with a secondary contact being Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or 360-396-0262. Further details regarding the solicitation timeline and specific requirements will be provided in the forthcoming solicitation documents.
    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.
    DACA675260000600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,564 gross square feet of retail space in Bellingham, WA for an Armed Forces Career Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,564 gross square feet of retail space in Bellingham, Washington, for an Armed Forces Career Center. The lease will be for a full term of 60 months and must include base rent, common area maintenance, utilities, and janitorial services, with specific requirements for location, accessibility, and layout efficiency. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various safety and operational standards. Interested parties must submit their proposals electronically by February 28, 2025, and can direct inquiries to Donna Seals at donna.k.seals@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.