REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
ID: 386369Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

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

    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proposals for a Request for Proposal (RFP# 386369) to lease warehouse space as part of its exit strategy from an outdated facility.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 kristina_g_hamby@rl.gov or by phone at 509-376-3011.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Hanford Mission Integration Solutions (HMIS) seeks a subcontractor to provide warehouse and minimal office space, ranging from 30,000 to 215,000 square feet of contiguous warehouse space and 5,000 ABOA SF of office space. This initiative supports HMIS's exit strategy from an outdated government-owned warehouse. The facility must meet specific requirements, including a minimum 20-foot clear ceiling height, loading docks, sprinkler and HVAC systems, and a minimum of two acres of fenced laydown yard. The location is critical, needing to be within a defined area near major highways and the Hanford site for accessibility to key contractors. The selected space must be free of asbestos or have undamaged, non-friable asbestos-containing materials, with any necessary abatement completed before occupancy. The subcontractor will work under HMIS's oversight, adhering to strict environmental, safety, and health standards, and quality assurance requirements. Personnel must be appropriately trained and badged for site access. The project emphasizes compliance with federal, state, and local regulations, ensuring a safe and efficient transition for Hanford cleanup operations.
    This government file, GSA Form 1364WH (REV. 11/2016), is a Proposal to Lease Space, specifically designed for Warehouse Request for Lease Proposals (RLPs). It outlines the comprehensive information required from an offeror for leasing warehouse space to the United States of America. The form is structured into four main sections: Description of Premises, Space Offered and Rates, Lease Terms and Conditions, and Owner Identification and Certification. It collects detailed data on building characteristics, such as square footage, age, site size, loading dock specifications, and electrical capacity. The document also delves into financial aspects, including various rent components (shell, operating, build-out, BSAC, tenant improvements), parking costs, commissions, and fees. Lease terms, renewal options, and conditions for termination are clearly defined. Furthermore, it requires certifications regarding flood plains, seismic safety, historic preference, asbestos-containing materials, fire/life safety, accessibility, and ENERGY STAR® compliance. The form also includes a provision for HUBZone small business concerns to waive price evaluation preference. The purpose of this document is to standardize and streamline the proposal process for government warehouse leases, ensuring all necessary information and compliance aspects are addressed.
    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.
    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.
    Lifecycle
    Similar Opportunities
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Buyer not available
    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.
    Request for Information - Hanford 222-S Laboratory
    Buyer not available
    The Department of Energy is seeking information regarding the Hanford 222-S Laboratory through a Request for Information (RFI) as part of its market research efforts. This RFI is not a solicitation for proposals but aims to gather insights from industry stakeholders about remediation services relevant to the laboratory's operations. The information collected will assist the department in understanding the capabilities available in the market, which is crucial for future procurement decisions. Interested parties can reach out to Jose E. Ortiz Delgado at jose.ortiz@emcbc.doe.gov or call 513-310-2361 for further inquiries.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    General Services Administration Office Space Santa Fe City in New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    Lease of Office Space within Silver Spring, MD
    Buyer not available
    The General Services Administration (GSA) is seeking to lease between 3,000 and 3,150 ABOA square feet of contiguous office space located on the second floor or higher in Silver Spring, Maryland. The procurement requires that the offered space meet specific criteria, including the ability to accommodate two means of egress, a private in-suite restroom, and a finished ceiling height of 9 feet throughout, with at least 10 feet in a designated area. This lease is crucial for government operations and must comply with various safety, accessibility, and sustainability standards, while also avoiding locations near law enforcement agencies or residential buildings. Expressions of interest are due by December 15, 2025, and should be directed to Mary Harris, Lease Contracting Officer, at mary.harris@gsa.gov, including detailed property information and compliance documentation.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 2VA0898
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office and warehouse space under Solicitation No. 2VA0898, located in Chantilly, Virginia. The GSA requires between 6,000 and 8,100 ABOA square feet of contiguous space on a single floor, with a minimum clear ceiling height of 12 feet, and specific features such as parking for two automobiles and at least one loading dock. This procurement is crucial for supporting government operations in close proximity to Dulles International Airport, ensuring compliance with federal regulations regarding accessibility, fire protection, and energy efficiency. Proposals are due by December 12, 2025, and interested parties should contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov for further information.
    VHA Seeks Expression of Interest for Leased Medical Space near Olympia, WA
    Buyer not available
    The Department of Veterans Affairs is seeking expressions of interest for a 20-year lease of medical space for a Community Based Outpatient Clinic (CBOC) in Olympia, Washington. The facility must encompass 33,992 Rentable Square Feet (RSF) and 30,215 ABOA square feet, with specific requirements including 90 surface parking spaces, compliance with seismic standards, and zoning for medical use, while being located outside a 100-year flood plain. This opportunity is crucial for enhancing healthcare access for veterans in the region, and interested parties must submit their expressions of interest, including relevant documentation, by December 18, 2025, at 1:00 p.m. PST. For further inquiries, contact Timothy Pavek at tpavek@crcre.com or Deborah Greer at Deborah.Greer@va.gov.
    Ductless Fume Hood
    Buyer not available
    The Department of Energy, through the Hanford Laboratory Management and Integration LLC (HLMI), is seeking interested parties to provide a Ductless Fume Hood for the 222-S Laboratory at the Hanford Site in Washington. This request serves as a means of market research to identify potential suppliers capable of delivering this essential laboratory equipment, which is critical for ensuring safe and efficient laboratory operations. Interested vendors are encouraged to reach out to Vickie Alexander at victoriaaalexander@rl.gov or by phone at 509-373-4990 for further information. There are no set-aside restrictions for this opportunity, and it falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 500 to 600 gross/rentable square feet of existing Class A or B retail space in Beaumont, Texas. The ideal space must comply with federal, state, and local ordinances, meet force protection standards as per the Department of Defense’s Unified Facility Criteria, and include designated or open parking. This procurement is crucial for supporting operational needs, with an initial lease term of five years intended. Interested parties should submit expressions of interest, including building details and rental rates, to Mark Hansen at mark.hansen@usace.army.mil by December 31, 2025, as this is a request for information only and not a solicitation for offers.
    Armed Forces Career Center - Hinesville, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.