ContractSolicitation

REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M; Rev. 02

DEPARTMENT OF ENERGY 386369
Response Deadline
Feb 17, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Energy's Hanford Mission Integration Solutions (HMIS) is seeking proposals for a Request for Proposal (RFP) No. 386369 to lease warehouse space to replace the aging 2101M facility. The procurement requires a minimum of 30,000 square feet to a maximum of 250,000 square feet of contiguous warehouse space, with a minimum clear ceiling height of 20 feet, along with at least four acres of laydown yard and 5,000 ABOA square feet of office space. This facility is crucial for supporting ongoing environmental cleanup operations at the Hanford site, necessitating modern construction standards and specific features such as loading docks and adequate parking. Proposals are due by January 15, 2026, at 2:00 PM Pacific Time, and interested parties should direct inquiries to Kristina Hamby at kristina_g_hamby@rl.gov or by phone at 509-376-3011.

Classification Codes

NAICS Code
531120
Lessors of Nonresidential Buildings (except Miniwarehouses)
PSC Code
X1GZ
LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS

Solicitation Documents

9 Files
Exhibit 002 GSA1217-16e.pdf
PDF1273 KBJan 29, 2026
AI Summary
The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for federal government Request for Lease Proposals (RLPs), designed to gather detailed cost estimates from lessors. This form ensures that rental charges are consistent with prevailing market rates for similar facilities. Lessors are required to provide estimated annual costs for services and utilities, including cleaning, heating, electrical, plumbing, air conditioning, and elevators, for both the entire building and the government-leased area. Additionally, Section II mandates the reporting of estimated annual ownership costs, such as real estate taxes, insurance, building maintenance, lease commissions, and management fees, exclusive of capital charges. The form also includes instructions for calculating rentable area and completing specific cost items, emphasizing the importance of accurate financial disclosure for government leasing decisions. Lessors must certify the accuracy of their submitted cost estimates.
SOW 386369 Warehouse_Rev. 01 (01.29.26).pdf
PDF265 KBJan 29, 2026
AI Summary
The Department of Energy's Hanford Mission Integration Solutions (HMIS) requires a subcontractor to provide warehouse and minimal office space to replace an aging government-owned facility. HMIS needs 30,000 to 250,000 square feet of contiguous warehouse space with a minimum 20-foot clear ceiling height, including at least four acres of laydown yard and 5,000 ABOA SF of office space. The facility must be modern, in good condition, and equipped with specific features like loading docks, sprinkler systems, heating/cooling, and adequate parking. The location is critical, needing to be within a defined area near major highways and the Hanford site for easy access to various contractors. The leased space must be fully serviced, accessible, and free of asbestos-containing materials (unless abated). The subcontractor is responsible for providing qualified personnel, adhering to environmental, safety, and health requirements, and ensuring quality workmanship. The work will not require security clearance, but personnel will need site badging and Hanford Site Orientation training.
386369 Solicitation Addendum 002.pdf
PDF143 KBJan 29, 2026
AI Summary
Hanford Mission Integration Solutions, LLC. (HMIS) has issued Addendum Number 002 to Solicitation No. 386369 for warehouse space. This addendum revises the proposal due date to February 17, 2026, at 2:00 PM (Pacific), affecting the cover letter and Section A.3. It also updates the Draft Award's Article I Description with a new Statement of Work date and revision. Additionally, Attachment 1 – Statement of Work (Rev 1, 1/29/2026) has been revised, increasing the maximum warehouse space requirement from 215,000 square feet to 250,000 square feet, with acceptable proposals ranging from 30,000 to 250,000 square feet. All proposals are due by 2:00 PM on January 17, 2025, and questions should be directed to Kristina Hamby, Procurement Specialist.
Addendum 001 Attachment 1 Questions and Answers.pdf
PDF118 KBJan 29, 2026
AI Summary
The Request for Lease Proposal (RFP) No. 386369, Addendum 001 – Attachment 1 Q&A, details the requirements for warehouse space to replace the existing 2101M facility. HMIS is seeking a full-service commercial lease for a minimum of 10 years, with options for additional years, for warehouse space starting at 30,000 square feet. The lease must include janitorial services (for offices, restrooms, and administrative areas, but not warehouse floors), utilities, taxes, maintenance, and landscaping. New construction is an option if terms and pricing are favorable, with an anticipated occupancy of 2-3 years from contract award for new builds. Utilities are preferred to be included in a single firm fixed monthly price. HMIS intends to relocate from its current DOE-owned facility to demolish the existing structure. The due date for initial offers has been extended to January 15, 2026. HMIS will self-perform dumpster upkeep and work with established recycling vendors.
386369 Solicitation Addendum 001.pdf
PDF126 KBJan 29, 2026
AI Summary
Addendum 001 to Solicitation No. 386369, issued by Hanford Mission Integration Solutions, LLC. (HMIS), amends the original solicitation for "Warehouse Space to Replace 2101M." Key revisions include moving the proposal due date to January 15, 2026, at 2:00 PM and setting the occupancy date for March 1, 2026. The addendum also clarifies janitorial service requirements in Article XXII of the draft subcontract, specifying services for office, restroom, breakroom, and administrative areas, along with emptying office trash cans and normal cleaning of warehouse restrooms, but no sweeping of warehouse floors. Additionally, Attachment 1, containing Questions and Answers, has been added. All proposals are subject to the stated terms and conditions, with exceptions potentially leading to rejection.
Exhibit 001 GSA1364WH-16d Lease Proposal Form Warehouse.pdf
PDF805 KBJan 29, 2026
AI Summary
The GSA Form 1364WH (REV. 11/2016) is a Proposal to Lease Space, specifically designed for Warehouse Request for Lease Proposals. This document details requirements for potential lessors to provide information on the premises, including building characteristics, square footage, age, site size, and loading dock specifications. It also covers lease terms, conditions, and financial aspects such as rent, build-out costs, amortization, and parking. The form mandates disclosure of commissions, tenant improvement fee schedules, and additional financial aspects like utilities and HVAC. Furthermore, it requires the offeror to certify their interest in the property, address flood plains, seismic safety, historic preference, asbestos-containing materials, fire/life safety, accessibility, and ENERGY STAR® compliance. A HUBZone small business concern (SBC) Offeror has the option to waive the price evaluation preference. The form emphasizes adherence to the RLP and lease terms.
Attachment B SOW 386369 Warehouse.pdf
PDF265 KBJan 29, 2026
AI Summary
The Department of Energy, Hanford Field Office (DOE-HFO) and Hanford Mission Integration Solutions (HMIS) require a subcontractor to provide warehouse and minimal office space to replace an aging government-owned facility. HMIS seeks 30,000-215,000 square feet of contiguous warehouse space with a minimum 20-foot clear ceiling height, a laydown yard of at least four acres, and 5,000 ABOA SF of office space. The facility must be modern, in good condition, and located within a specific area of consideration to ensure proximity to major highways and other Hanford site contractors. Key requirements include two loading docks, a sprinkler system, heating and cooling, specific bay and column spacing, fenced laydown yard with lighting, and 20 personnel parking spaces. The lease must be fully serviced, including janitorial and utilities, and the facility should not be in a FEMA 100-year flood plain. The space must be free of asbestos-containing materials (ACM) or have undamaged, non-friable ACM, with abatement required if ACM is present. The subcontractor must meet environmental, safety, and health requirements, as well as quality assurance standards. Personnel will need Hanford Site Orientation and a security badge. The overall purpose is to secure a facility that supports ongoing Hanford Site environmental cleanup operations.
Attachment A Lease Addendum - Section 889 revised 9-16-2020.pdf
PDF74 KBJan 29, 2026
AI Summary
The Addendum to the Lease, incorporating FAR 52.204-25, prohibits federal executive agencies and contractors from procuring, extending, or renewing contracts for equipment, systems, or services that use covered telecommunications equipment or services as a substantial component or critical technology. This includes equipment from specific Chinese companies like Huawei, ZTE, Hytera, Hikvision, and Dahua, or entities linked to a covered foreign country (The People's Republic of China). The prohibition extends to contractors' general use of such equipment, regardless of federal contract performance, as of August 13, 2020. Exceptions include services connecting to third-party facilities (e.g., backhaul, roaming) or telecommunications equipment unable to route user data traffic or permit data visibility. Contractors must report any identified covered telecommunications equipment or services during performance to the Contracting Officer within one business day, with further details within ten business days, outlining mitigation efforts. The clause must be flowed down to all subcontracts.
Request for Proposal 386396 Lease Warehouse.pdf
PDF869 KBJan 29, 2026
AI Summary
Hanford Mission Integration Solutions, LLC (HMIS) has issued Request for Lease Proposal (RFLP) NO: 386369 for warehouse space to replace an existing facility. This RFLP is in support of a prime contract with the U.S. Department of Energy. HMIS is seeking proposals for a firm fixed-price lease, with an anticipated 10-year term, potentially broken into base and optional terms. Proposals must include detailed costs for the lease period and any necessary tenant improvements, with an anticipated occupancy date of March 2025. Award will be based on the lowest technically acceptable price, with a strong emphasis on initial competitive pricing. Offerors must submit comprehensive technical and price proposals, including various exhibits and acknowledgments of the Statement of Work and Draft Lease Agreement. Key requirements include demonstrating financial capability, compliance with federal regulations (such as E-Verify and anti-kickback provisions), and disclosing any potential conflicts of interest or foreign national involvement. Questions are due by December 15, 2025, and proposals by December 29, 2025. All communications must be directed to Kristina Hamby, the Procurement Specialist.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 4, 2025
amendedLatest Amendment· Description UpdatedJan 29, 2026
deadlineResponse DeadlineFeb 17, 2026
expiryArchive DateMar 4, 2026

Agency Information

Department
DEPARTMENT OF ENERGY
Sub-Tier
ENERGY, DEPARTMENT OF
Office
HANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTOR

Point of Contact

Name
Kristina Hamby

Place of Performance

Washington, UNITED STATES

Official Sources