Agriculture Outlease for NWS Seal Beach Parcel 4B01
ID: N62473LO11260Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Crop Farming (111998)

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 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.

    Point(s) of Contact
    Brad Stevenson
    (619) 705-4477
    Change .mill with .mil to email me. Bot Filter
    bradley.a.stevenson6.civ@us.navy.mill
    Files
    Title
    Posted
    The Department of the Navy, Naval Facilities Engineering Systems Command, Southwest, is inviting bids to lease approximately 764 acres of government-owned land for agricultural purposes at the Naval Weapons Station Seal Beach, California. The lease, designated as Parcel 4B01 under IFB Number N62473LO11260, includes +/- 560 farmable acres, +/- 200 grazing/maintenance acres, and +/- 4 laydown acres. The lease term is a four-year firm term from February 1, 2026, to January 31, 2030, with six subsequent one-year option terms extending until January 31, 2036. Sealed bids and deposits must be submitted by 2:00 P.M. Pacific Time on Wednesday, December 17, 2025, to the Naval Facilities Engineering Systems Command Southwest, Real Estate ATTN: Brad Stevenson, 750 Pacific Highway, Floor 9, San Diego, California, 92132. The bid opening will be conducted via conference call only at the same date and time. Interested bidders can access the IFB package and instructions electronically on SAM.gov by searching for the parcel or IFB number. Questions can be directed to Brad Stevenson, Realty Specialist, at (619) 705-4477 or bradley.a.stevenson6.civ@us.navy.mil. The Department of the Navy reserves the right not to award the Lease.
    The Department of the Navy has issued an Invitation for Bid (IFB) N62473LO11260 for the agricultural outlease of Parcel 4B01 at Naval Weapons Station Seal Beach, California. The lease covers approximately 764 acres, with 560 farmable acres, 200 acres for grazing/maintenance, and 4 acres for laydown. The firm term is four years (February 1, 2026 – January 31, 2030), with six optional one-year terms. Bids, representing the annual cash rental amount, must be mailed on the provided Bid Form and delivered by December 17, 2025, 2:00 PM Pacific Time. A live conference call will be held for bid opening at the same date and time. Bidders must also complete an Agricultural Lease Defense Production Act Questionnaire, which will be reviewed by CFIUS. Grazing is allowed for cover crop residue removal and weed control. The lease outlines requirements for soil and water conservation, protection of STATION resources, and includes provisions for potential acreage removal or lease termination due to future government projects. A security deposit is required for the entire firm term and incremental option periods. Rental payments are currently by check, with a future electronic system planned. Subleasing is subject to government review and approval, with 50% of sublease consideration paid to the Government. Bidders are responsible for checking SAM.gov for amendments.
    This government Invitation for Bid (IFB) outlines the process for leasing NWS Seal Beach Parcel 4B01, an agricultural lease. Bids are accepted from US citizens, corporations, partnerships, or trusts, with awards based on the most advantageous bid to the Government, considering the initial lease term plus all option periods. Key requirements include reviewing all IFB documents, submitting inquiries via email by December 8, 2025, and completing all sections of the Bid Form, including bidder name, rent, payment cycle, bid deposit, and acknowledgements. A mandatory bid deposit of 25% of the annual rent or $1,000 (whichever is greater) must be submitted as a certified check, cashier's check, or U.S. Postal Service Money Order. Bidders must also complete an Agricultural Lease Defense Production Act Questionnaire. Bids must be submitted in a sealed envelope, individually for each lease, by December 17, 2025, at 2:00 P.M. Pacific Time, to the Naval Facilities Engineering Systems Command SW. Late bids will not be accepted.
    This Bid Form, IFB N62473LO11260, outlines the terms for a Department of the Navy agricultural lease for Parcel 4B01 at Naval Weapons Station Seal Beach, CA. The lease includes 560 farmable acres, 200 grazable acres, and 4 laydown acres. The bid form requires bidders to provide rent per acre for a four-year firm term (February 1, 2026 – January 31, 2030) and six one-year option terms (February 1, 2030 – January 31, 2036), along with total rent for the full 10-year lease. 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 $1,000, whichever is greater. Key acknowledgments include accepting all lease terms, understanding that withdrawing a bid after acceptance constitutes a default, and that breaches of prior leases may lead to non-responsibility. Bidders must also acknowledge receipt of any amendments and provide their contact and tax identification information.
    The Defense Production Act Questionnaire is a critical document used by the Navy to evaluate proposed lease agreements involving foreign persons. Authorized by the Defense Production Act, as amended, and 31 C.F.R. Part 802, its primary purpose is to identify Covered Real Estate Transactions and assess potential national security risks. The questionnaire requires detailed information from the proposed Lessee, including the names of all foreign persons having control over the Lessee, as well as over any contractors or vendors involved in the sublease or on the leased premises. It also asks for the names and addresses of subcontractors and whether non-U.S. citizens will perform work on the premises, including their planned duties. This ensures compliance with national security regulations and helps determine if mitigation measures are necessary to address foreign involvement in real estate transactions.
    This document outlines a lease agreement between the Department of the Navy (GOVERNMENT) and a LESSEE for agricultural purposes at Naval Weapons Station Seal Beach, California. The lease covers Parcel 4B01, approximately 764 acres, for a four-year firm term from February 1, 2026, to January 31, 2030, with six one-year options to extend. The LESSEE will pay rent and perform conservation and maintenance work, with provisions for reimbursement or rent credit. The lease details requirements for a security deposit or performance bond, insurance, and compliance with environmental regulations, including strict rules on Hazardous Materials. It also covers termination clauses, property restoration, and dispute resolution, emphasizing the military's primary use of the land.
    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.
    Grazing Outlease for NWS Seal Beach Detachment Fallbrook Parcel 4A01
    Buyer not available
    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.
    Invitation to Bid for Non Ferrous Metals (gaylords/pallets) at Naval Base San Diego
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is inviting bids for the sale of non-ferrous metals located at Naval Base San Diego, California. This procurement involves various lots of scrap metals, including aluminum, brass, copper, and bronze, with specific estimated weights provided for each lot. The sale is part of the Navy Region Southwest Qualified Recycling Program, aimed at effectively managing and selling surplus materials to enhance resource recovery processes within federal operations. Interested bidders must submit their bids by 12:00 PM Pacific Time on January 16, 2025, and can direct inquiries to Carlos Rosas at 619-726-4040 or via email at cnrsw-qrp-sales@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.
    Invitation to Bid for Miscellaneous Non-Ferrous Scrap Metals (Roll-offs) at Naval Base San Diego
    Buyer not available
    The Department of Defense, through the Navy Region Southwest Qualified Recycling Program, is inviting bids for the sale of miscellaneous non-ferrous scrap metals located at Naval Base San Diego, California. Bidders are required to submit prices per pound for ten lots of various metals, including painted aluminum, mixed copper breakage, and stainless steel, with estimated weights ranging from 4,000 to 54,000 pounds. This procurement is significant as it supports the Navy's recycling efforts and promotes sustainable practices within the military. Bids must be submitted by 12 P.M. (Pacific Time) on December 10, 2025, and interested parties can contact Javier Garcia at NAVFACSWISWMMetroSD@us.navy.mil or call 619-556-9331 for further information.
    PLA Survey for DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is conducting a Project Labor Agreement (PLA) survey for the upcoming renovation project at Camp Pendleton, California, which includes significant repairs and upgrades to a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities. The project aims to enhance operational efficiency by installing new equipment, revamping infrastructure, and improving overall facility conditions, with an estimated construction cost between $25 million and $100 million and a targeted award date in late fiscal year 2026. This survey invites comments from the construction community regarding the potential use of PLAs, which are intended to promote efficiency and address labor shortages in large-scale federal projects. Interested parties must submit their responses by 2:00 PM Pacific on December 22, 2025, to the primary contact, Ms. Briana Armstrong, at briana.l.armstrong@usace.army.mil, referencing “W912DW26R1AZ1PLA” in the subject line.
    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.
    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.
    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.
    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.