Grazing Outlease for NWS Seal Beach Detachment Fallbrook Parcel 4A01
ID: N62473LO11257Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Cattle Ranching and Farming (1121)

PSC

LEASE/RENTAL OF UNIMPROVED REAL PROPERTY (LAND) (X1PC)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting bids for a grazing outlease on approximately 7,326 acres of land at the NWS Seal Beach Detachment Fallbrook, California (Parcel 4A01). The lease is intended for livestock grazing, with an initial term of five years starting January 1, 2026, and the option for five additional one-year extensions, requiring the lessee to manage a minimum of 1,200 Animal Unit Months (AUMs) annually. This opportunity is significant as it supports military activities while allowing for agricultural use, ensuring compliance with environmental regulations and conservation efforts. Interested bidders must submit their proposals by October 29, 2025, at 2:00 PM Pacific Time, and can direct inquiries to Elizabeth Galindo at elizabeth.galindo1.civ@us.navy.mil or by phone at 619-705-4484.

    Files
    Title
    Posted
    This Invitation for Bid (IFB) N62473LO11257 from the Department of the Navy outlines a livestock grazing lease for Parcel 4A01 at Naval Weapons Station Seal Beach, Detachment Fallbrook, CA. The bid form requires bidders to specify rent per animal unit month (AUM) for a five-year firm term (January 1, 2026 – December 31, 2030) with a minimum of 1,200 AUMs annually, and up to five one-year option periods. Bidders must also select a payment cycle (annual, semi-annual, or quarterly) and provide a bid deposit, which is 25% of the annual rent or $1,500, whichever is greater. Key acknowledgments include understanding and accepting all lease terms, recognizing that bid withdrawal or lease rejection after acceptance constitutes default, and acknowledging that prior breaches of lease agreements may result in a non-responsible determination. Bidders must provide accurate information, as false statements carry penalties under 18 U.S.C. 1001. The form also includes sections for acknowledging amendments and for bidder execution, including contact information and tax identification number.
    The Defense Production Act Questionnaire is used by the Navy to determine if a proposed lease involving foreign persons constitutes a Covered Real Estate Transaction under 50 U.S.C. §§ 4501-4568 and 31 C.F.R. Part 802. This questionnaire helps assess potential national security risks arising from foreign involvement and identify necessary mitigation measures. It requires information on foreign persons having control over the proposed lessee, contractors, or vendors, as well as details on subcontractors and any non-U.S. citizens performing work on the leased property. The form also includes a certification of accuracy and completeness, to be signed and dated with the organization's details.
    The Department of the Navy is offering a lease for livestock grazing on approximately 7,326 acres of land at Naval Weapons Station Seal Beach Detachment Fallbrook, California (Parcel 4A01). The initial lease term is five years, from January 1, 2026, to December 31, 2030, with the government retaining the option to extend for five additional one-year periods, totaling a potential ten-year term. The lessee must pay an annual rent based on Animal Unit Months (AUMs), with a minimum of 1,200 AUMs per year, subject to adjustment in cases of extreme drought or increased forage availability. The lessee is also responsible for conservation and maintenance work as specified in a Grazing Conservation Plan, with potential for rent credit or payment for approved reimbursable work. The leased property's primary use remains military activities, with grazing as a secondary use. The lessee must provide a security deposit, maintain specified insurance, and comply with all federal, state, and local environmental regulations. Access to the station requires participation in the Defense Biometrics Identification System (DBIDS) and adherence to security protocols. The lease outlines provisions for termination by either party, surrender of the property, restoration requirements, and dispute resolution under the Contract Disputes Act of 1978.
    The Department of the Navy's Invitation for Bid (IFB) N62473LO11257 seeks bids for an agricultural lease of Parcel 4A01 at NWS Seal Beach Detachment Fallbrook, California. This outlease covers approximately 7,326 grazeable acres for a five-year firm term (January 1, 2026 – December 31, 2030), with five additional one-year option periods. Bids, representing the annual cash rental amount, are due by October 29, 2025, 2:00 PM Pacific Time, and must be mailed. Bidders are responsible for all non-reimbursable soil and water conservation work and must complete an Agricultural Lease Defense Production Act questionnaire, which will be reviewed by CFIUS. A security deposit is required for the entire firm term and subsequently for each option period. Rental payments are currently by check but may transition to electronic submission. Subleasing is permitted with government approval and a 50% rent adjustment based on the sublease consideration. Bidders must acknowledge any amendments posted on SAM.gov and are subject to penalties for false statements.
    This document outlines the instructions for bidders interested in the NWS Seal Beach, Detachment Fallbrook Parcel 4A01 agricultural lease (IFB N62473LO11257). Eligibility extends to U.S. citizens, corporations, partnerships, or trusts, with awards based on the most advantageous, responsive, and responsible bid. The government reserves the right to reject bids, accept non-highest bids, or not award the lease. Bidders must review all IFB documents and the proposed lease. Inquiries and tour requests must be submitted to Elizabeth Galindo by October 15, 2025. Bids require a completed form, a deposit of 25% of annual rent or $1,500 (whichever is greater) via certified check, cashier’s check, or U.S. Postal Service Money Order, and a completed Agricultural Lease Defense Production Act Questionnaire. Bids must be submitted in a sealed envelope by 2:00 P.M. Pacific Time on October 29, 2025, to the specified address. Separate bids and deposits are required for multiple leases.
    Amendment One (1) to Invitation for Bid N62473LO11257 extends the bid due date and bid opening date for the Department of the Navy Agricultural Lease, Parcel 4A01, NWS Seal Beach Detachment Fallbrook, CA. The new deadline for bids is November 13, 2025, at 2:00 PM Pacific Time. This modification, effective October 28, 2025, ensures all prospective offerors are aware of the schedule change. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full force.
    Amendment Two (2) to Invitation for Bid (IFB) N62473LO11257, issued by the Naval Facilities Engineering Systems Command Southwest, modifies the solicitation for an agricultural lease at NWS Seal Beach Detachment Fallbrook, CA. Key changes include extending the bid due date and bid opening date to December 4, 2025, at 2:00 PM Pacific Time. All inquiries and Requests for Information (RFI) must be submitted via email to Alia Sumpter by November 13, 2025. Additionally, interested bidders can request a tour of the proposed leased property by submitting a request to Alia Sumpter by November 13, 2025, with the tour date to be scheduled after the government shutdown ends. This amendment ensures all bidders have updated information and sufficient time to respond.
    Modification Three (3) to Solicitation N6247326RP00034 announces a mandatory site visit for the proposed leased property at NWSSB Detachment Fallbrook, located at 700 Ammunition Road, Fallbrook, CA 92028. The site visit is scheduled for November 24, 2025, from 9:00 AM to 12:00 PM Pacific Time. Interested bidders must contact Elizabeth Galindo via email at elizabeth.galindo1.civ@us.navy.mil by 10:00 AM Pacific Time on November 19, 2025, to attend the tour. All other terms and conditions of the original solicitation remain unchanged. This amendment is issued by the Naval Facilities Engineering Systems Command Southwest, Real Estate Product Support Division, and aims to facilitate bidder assessment of the property.
    This document is an amendment to Solicitation N6247326RP00034, issued by the Naval Facilities Engineering Systems Command Southwest, Real Estate Business Line. The purpose of this modification, labeled as Modification Four (4), is to change the bid due time and bid opening for the Invitation for Bid N62473LO11257, related to a Department of the Navy Agricultural Lease for Parcel 4A01 NWS Seal Beach Detachment Fallbrook, CA. The new bid due time and bid opening are scheduled for December 4, 2025, at 10:00 AM Pacific Time. Interested bidders can attend the meeting via TEAMS by dialing in at (858) 980-0000 with Conference ID: 991 053 646#. All other terms and conditions of the original solicitation remain unchanged.
    This government file, an amendment to Solicitation/Modification of Contract, pertains to an Invitation for Bid (IFB) for an agricultural lease of Parcel 4A01 at NWS Seal Beach Detachment Fallbrook, CA. The main purpose of this amendment is to announce changes to the bid due time and bid opening, which are now scheduled for December 11, 2025, at 10:00 AM Pacific Time, with a virtual meeting option. It also addresses several questions from interested bidders regarding minimum Animal Unit Months (AUMs), the discrepancy in herd numbers versus AUMs, expected cattle deployment after lease award (January 1, 2026), and the presence of any leftover cattle from the previous lessee. The amendment clarifies that the Navy manages AUMs, not head count, and provides historical AUM data from 2017-2025 for various pastures, indicating both authorized and unauthorized grazing periods and AUMs. All further inquiries are to be submitted via email to Elizabeth Galindo by December 4, 2025, at 10:00 AM Pacific Time.
    This document is an amendment (Modification six) to a solicitation or contract issued by the Naval Facilities Engineering Systems Command Southwest, effective December 4, 2025. The amendment addresses a specific question from potential bidders regarding the availability of previous lease documents for viewing. The Navy's response clarifies that it does not provide copies of current or previous leases to interested bidders as they are not part of the lease advertisement; however, the proposed lease is included. The document emphasizes that all other terms and conditions of the original solicitation or contract remain unchanged and in full force and effect. It also includes general instructions for filling out Standard Form 30, which is used for amendments and modifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Agriculture Outlease for NWS Seal Beach Parcel 4A01
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is offering a lease for agricultural purposes at Naval Weapons Station Seal Beach, California, specifically for Parcel 4A01, which encompasses approximately 1,134 acres. The lease is structured with a firm term of four years, from February 1, 2026, to January 31, 2030, and includes options for six additional one-year extensions, emphasizing the need for agricultural use while adhering to environmental regulations and military activities. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, along with a bid deposit and completed documentation, including an Agricultural Lease Defense Production Act Questionnaire. For further inquiries, bidders can contact Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.
    Agriculture Outlease for NWS Seal Beach Parcel 4B01
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is inviting bids for the agricultural outlease of approximately 764 acres of land at Naval Weapons Station Seal Beach, California, specifically Parcel 4B01. The lease encompasses around 560 farmable acres, 200 acres designated for grazing and maintenance, and 4 acres for laydown, with a firm term of four years starting from February 1, 2026, to January 31, 2030, and includes six optional one-year extensions. This opportunity is significant for agricultural operations, as it allows for the cultivation and maintenance of crops while adhering to environmental regulations and military land use requirements. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, and can direct inquiries to Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    AQMD Rule 2202 Air Emissions Credits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for a contract related to compliance with the South Coast Air Quality Management District Rule 2202, specifically for the calculation of employee commute miles and the preparation of necessary emission reduction credits. The contract, identified as N6426726Q4002, will span a base year and three option years from 2026 to 2029, with a firm-fixed-price arrangement for all line items. This procurement is crucial for ensuring adherence to environmental regulations and promoting sustainable practices within the Navy's operations. Interested vendors must submit their quotes electronically by the specified deadline and ensure they are registered in the System for Award Management (SAM) prior to submission; for further inquiries, contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Navy Recruiting Center, Virginia Beach, VA
    Buyer not available
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Buyer not available
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    Lease of Small Craft
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.