Request to lease Hangar / Ramp Space
ID: N69450-25-RP-00066Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Other Airport Operations (488119)

PSC

LEASE/RENTAL OF OTHER WAREHOUSE BUILDINGS (X1GZ)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast, is soliciting offers for the lease of approximately 14,300 square feet of hangar space and 25,000 square feet of ramp space at West Palm Beach International Airport in Florida. The leased space is intended to support an executive transport mission and must be located within the airport's perimeter, ensuring ready access to runways and operational environments. This procurement is crucial for maintaining naval operations and enhancing operational efficiency at the airport, with a lease term of one year and three consecutive renewal options available. Interested parties must submit their proposals by April 9, 2025, and can contact Ferdinand L. Salomon at 904-542-5229 or via email at Ferdinand.l.salomon.civ@us.navy.mil for further information.

Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The document outlines a Request for Proposal (RFP) from the Naval Facilities Engineering Systems Command Southeast for leasing hangar and ramp space at West Palm Beach International Airport. Dated February 18, 2025, it indicates the area of interest located near key roads such as Okeechobee Blvd. and Belvedere Rd. The RFP highlights the need for suitable space to support naval operations and related activities at the airport. Attention to space allocation aims to optimize operational efficiency while accommodating necessary aviation support requirements. This document plays a crucial role in fostering collaboration between the government and potential contractors, ensuring that the needs for operational capacities at the airport are met adequately. Overall, the RFP seeks to attract competitive proposals that align with the strategic needs of naval facilities in the region.
Mar 25, 2025, 10:06 PM UTC
The document outlines the Rider to the Lease for Contract Number N69450-25-RP-00066, detailing accessibility, safety, and operational standards for the Leased Premises to be used by the Government. Key provisions include compliance with the Americans with Disabilities Act, maintenance of a safe environment free of hazardous materials, and requirements for 24/7 access. The Lessor is responsible for fire safety measures, provision of utilities, adequate parking, and a climate-controlled lounge. The Lessee's operations, including aircraft maintenance, are specified along with requirements for physical security and insurance coverage. Access protocols for the Lessor are established, emphasizing limited entry to the leased hangar. This document serves as a guideline to ensure the leased facility meets government standards and requirements while facilitating operational readiness of the Marine Helicopter Squadron ONE.
Mar 25, 2025, 10:06 PM UTC
The document outlines the general clauses related to the acquisition of leasehold interests in real property by the federal government. It includes standardized terms and conditions addressed in numerous categories, such as definitions, performance expectations, payment terms, labor standards, and compliance requirements. Key provisions emphasize the importance of mutual obligations between the lessor and the government, including the right to inspect premises, maintenance responsibilities, and stipulations governing subletting, alterations, and compliance with applicable laws. Specific clauses also address government obligations regarding payment and auditing processes, security requirements, and equal opportunity regulations, thereby ensuring federal contract compliance. Notably, it details processes for addressing disputes, contractor qualifications, and the necessary documentation required for changes to lease agreements. The structure showcases a framework designed to guide government entities in managing real property leases effectively and transparently while adhering to legal and ethical standards. This comprehensive approach serves to ensure accountability and protect government interests in leasing situations.
Mar 25, 2025, 10:06 PM UTC
The document outlines the terms of a lease agreement between a private lessor and the United States government for the renting of real property. It specifies the parties involved in the lease, the premises being leased, and conditions surrounding the lease period, including rent payment details and provisions for termination and renewal. The Government is entitled to terminate the lease with a specified notice period, and the lease can be renewed under specified terms. Additionally, the lessor is required to provide certain services as part of the rental agreement. Key supporting documents, such as General Provisions and Instructions, are referenced as attachments. This lease acts as a formal contractual commitment for the use of property, ensuring compliance with federal requirements and specifying the rights and responsibilities of both parties involved in the rental arrangement.
Mar 25, 2025, 10:06 PM UTC
The document titled "Energy Star Label Form" is a requirement for proposed leases not exceeding 10,000 net square feet associated with federal government procedures under SFO N69450-25-RP-00066. It addresses the necessity for leased spaces to either possess an Energy Star label, indicating they meet energy efficiency standards, or comply with requirements for energy renovations to achieve such certification. If the space has the Energy Star label, supporting documentation must be provided. If not, the offeror must outline intended renovations to meet Energy Star criteria or describe any cost-effective energy efficiency improvements planned for the lease term. The offeror is also required to justify why no improvements are proposed, if applicable. These renovations should not incur costs to government occupants prior to acceptance, with certain exceptions for succeeding leases. This form is part of the federal effort to promote energy-efficient practices in government leasing.
Mar 25, 2025, 10:06 PM UTC
The document outlines requirements for leasing spaces greater than 10,000 net square feet to the U.S. Government, emphasizing compliance with Energy Star standards. It first asks whether the space has earned the Energy Star label in the most recent year, requiring supporting documentation. If it has not achieved this rating, it must be confirmed whether the building is historically significant either on the National Register or eligible for listing. Furthermore, if the space lacks the Energy Star label, the lease must include detailed plans for energy efficiency renovations (lighting, HVAC, and windows) that will be made at no cost to the Government before accepting the space. If no improvements are feasible, the offeror must justify this position to the Government. The document's purpose is to ensure energy efficiency and sustainability in government-owned or leased properties, aligning with broader federal initiatives for energy conservation and environmental responsibility within the context of RFPs and grants.
Mar 25, 2025, 10:06 PM UTC
The document outlines the representations and certifications required from offerors when submitting proposals for the acquisition of leasehold interests in real property. It includes a series of forms and certifications that affirm the offeror's status, such as small business designations (including women-owned, veteran-owned, and HUBZone classifications), compliance with federal laws regarding unpaid federal tax liabilities, and ethical standards in pricing and lobbying practices. Key sections require the offeror to provide tax identification numbers and confirm registration in the Central Contractor Registration (CCR) system. The purpose of these requirements is to ensure compliance with federal contracting regulations and promote fair competition in government procurement. The document emphasizes the importance of accurate disclosures, with stipulations regarding penalties for misrepresentation. Overall, it serves to streamline the acquisition process while ensuring that all parties adhere to the necessary legal and ethical standards outlined in federal contracting guidelines.
Mar 25, 2025, 10:06 PM UTC
The document outlines the requirements for a Fire Protection and Life Safety Evaluation of a warehouse building prior to leasing it to the government. It is divided into two parts: Part A is for spaces under 40,000 square feet or above the ground floor, while Part B is specifically for spaces greater than or equal to 40,000 square feet, which must be completed by a licensed professional engineer. Both sections address compliance with current building and fire codes, emphasizing the need for a thorough evaluation of fire safety systems and storage configurations. Key components include general warehouse building information, occupancy classifications, storage configurations, means of egress, automatic fire suppression systems, and fire alarm systems, with specific questions that must be answered as part of the evaluation. A detailed narrative report from a fire protection engineer is required in Part B, detailing all relevant findings and any necessary corrective actions for compliance. This document plays a crucial role in ensuring the safety, regulatory compliance, and readiness of warehouse spaces being leased to the government, thereby mitigating fire risks in those facilities.
Mar 25, 2025, 10:06 PM UTC
This document outlines a proposal for leasing warehouse space in response to Solicitation Number N69450-24-RP-00053. It details the site specifications, including the location, total square footage offered, parking amenities, and the annual rental rates for a firm term of one year with four one-year renewal options. Key sections emphasize the conditions of the lease, such as the type of space, building age, construction type, and responsibilities related to maintenance, utilities, and taxes. The offer must remain valid until awarded, and both the initial lease and renewal options are clearly defined, including required notice periods for renewals and termination. Owner identification and certification requirements are specified, reinforcing compliance with the proposed terms and conditions, essential for the successful bid process in government RFPs. Overall, this document serves as a structured response to a government request for proposals regarding property leasing, ensuring transparency and clarity in terms between the Offeror and the United States government.
Mar 25, 2025, 10:06 PM UTC
This document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the government. Key definitions are provided, including terms related to offers, modifications, and awards. The document details the submission processes for offers and modifications, emphasizing strict adherence to deadlines and conditions for late submissions. It clarifies that offers must be in written form, including any necessary markings if the offer contains restricted data. The government intends to award the lease to the responsible offeror whose offer presents the best value, with the option to reject any offers at its discretion. Additionally, it sets forth requirements for lease execution and conditions concerning geographic restrictions, specifically related to floodplains. The government reserves the right to disclose certain information during post-award debriefings. This document serves as a comprehensive guideline for potential offerors in navigating the government leasing process, emphasizing compliance, clarity in submissions, and the importance of competitive bidding.
Mar 25, 2025, 10:06 PM UTC
The Naval Facilities Engineering Systems Command is soliciting offers for the lease of approximately 14,300 square feet of hangar space and 25,000 square feet of ramp space at West Palm Beach International Airport. This space is required to support an executive transport mission and must adhere to specific government requirements, including minimum lease terms of one year with three renewal options, and various facility specifications such as office space and operational access. The solicitation emphasizes full and open competition, requiring offers to be submitted by April 9, 2025. Evaluation of offers will be based on both technical factors and price, with minimum requirements needing to be met to qualify. Technical evaluations will assess layout efficiency and compliance with Energy Star characteristics. Offerors are also required to register on government platforms and are advised on the necessity of including energy efficiency information in their proposals. The eventual award will be based on a best value trade-off approach where technical merit is equally weighed against cost. This solicitation reflects the government's intent to secure relevant space through structured competitive bidding while ensuring compliance with legal and budgetary constraints.
Feb 11, 2025, 11:08 PM UTC
The Department of the Navy is seeking to lease hangar and ramp space at West Palm Beach International Airport (KPBI), Florida, for a maximum duration of four years. The preferred hangar should be approximately 14,300 square feet, with specific dimensions and features, including a minimum door opening height of 19 feet and width of 130 feet. Additional requirements include 25,000 square feet of clear ramp space, office facilities, restroom access, and capacity for government control over fire suppression and security systems. Interested parties must submit expressions of interest, including detailed site information, rental rates, compliance with safety standards, and parking availability, by February 19, 2025. The anticipated solicitation date is February 21, 2025, with occupancy expected by April 18, 2025. This RFP elucidates the government's infrastructure needs while inviting building owners and their representatives to participate in the lease procurement process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
X1DB--FY26 New Lease: Primary Care Annex West Palm Beach
Buyer not available
The Department of Veterans Affairs is seeking offers for a lease of a Primary Care Annex in West Palm Beach, Florida, under solicitation number 36C248-25-R-0031. The procurement aims to secure approximately 11,886 to 12,000 ANSI/BOMA square feet of clinical space, which must include at least 100 parking spaces and be ready for occupancy by April 1, 2026. This facility will play a crucial role in providing healthcare services to veterans, emphasizing accessibility and modern medical office standards. Interested offerors must submit their proposals by May 1, 2025, to the Lease Contracting Officer, Javier Correa Ochoa, at javier.correaochoa@va.gov, with compliance to federal regulations and documentation requirements being essential for consideration.
Recruiting Station - Armed Forces Career Center - Hialeah, FL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space ranging from 3,164 to 3,955 gross rentable square feet in Hialeah, Florida. The leased space must accommodate parking for approximately twelve government vehicles and include all utilities and janitorial services, with a preference for a full-service lease over a five-year term. This procurement is crucial for establishing a functional Armed Forces Career Center, which plays a vital role in military recruitment efforts. Interested parties must submit their proposals, including a completed Proposal to Lease Space Worksheet, by email to John Jensvold at john.m.jensvold@usace.army.mil no later than 4:00 PM on May 7, 2025, and ensure registration in the System for Award Management (SAM) prior to contract award.
Recruiting Station - Army Career Center - Deerfield Beach, FL
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space for the Army Career Center in Deerfield Beach, Florida. The required space must range from 1,417 to 1,865 gross rentable square feet and include specific features such as secured parking for four government vehicles, 24-hour access, and compliance with various operational and construction specifications. This procurement is critical for establishing a functional recruiting facility that meets military standards and operational needs. Interested parties must submit their proposals, including a completed Proposal to Lease Space form, by email to John Jensvold at john.m.jensvold@usace.army.mil no later than 4:00 PM on May 7, 2025, and must be registered in the System for Award Management (SAM) prior to award.
Recruiting Station - Armed Forces Career Center - Hollywood, FL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for an Armed Forces Career Center located in Hollywood, Florida. The procurement seeks a commercial storefront or retail space ranging from 5,444 to 6,805 gross rentable square feet, with specific requirements for secure parking for approximately twenty government vehicles, 24-hour access, and high-speed data connectivity. This facility will support military recruitment efforts and must comply with various federal, state, and local regulations, including security and construction specifications outlined in the attached documents. Interested parties should submit their proposals, including a completed Proposal to Lease Space Worksheet, to John Jensvold at john.m.jensvold@usace.army.mil by 4:00 PM on April 28, 2025, ensuring they are registered in the System for Award Management (SAM) prior to award.
Recruiting Station - US Marine Corps Career Center - Kendall, FL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space for the US Marine Corps Career Center in Kendall, Florida. The required space must range from 1,219 to 1,605 gross rentable square feet and include features such as adequate parking for five government vehicles, high-speed fiber data connections, and specific office configurations to support military operations. This procurement is crucial for establishing a functional and secure environment for military recruiting activities, ensuring compliance with federal standards and operational efficiency. Interested parties must submit their completed proposals, including a contractor's bid for the necessary build-out, to John Jensvold at john.m.jensvold@usace.army.mil by 4:00 PM on May 7, 2025, and must be registered in the System for Award Management (SAM) prior to award.
ATLANTIC UNDERSEA TEST AND EVALUATION CENTER (AUTEC) PALM BEACH FL (KPBI)—ANDROS TOWN BAHAMAS (MYAF)
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for fixed-wing transportation services to support the Atlantic Undersea Test and Evaluation Center (AUTEC) between Palm Beach International Airport (KPBI) in Florida and Andros Town Fresh Creek International Airport (MYAF) in the Bahamas. The contractor will be responsible for providing all necessary personnel, equipment, and aircraft to facilitate military and government commuter passenger transportation, including the movement of essential cargo, with a requirement for at least two round-trip flights daily and an operational readiness rate of 95%. This contract is crucial for ensuring reliable transportation logistics in support of defense operations, with a contract duration from October 2025 to September 2030, including renewal options. Interested parties must submit their proposals, including eligibility documentation and past performance questionnaires, by the specified deadlines, and can direct inquiries to Barbara L. Wolf or Nicole Blanson via email.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 745,185 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to support the Shipyard Infrastructure Optimization Plan (SIOP) by addressing the growing operational space requirements during infrastructure upgrades, accommodating up to 889 personnel. The selected facilities must comply with federal, state, and local building codes, ensuring safety and environmental standards are met, with a preference for energy-efficient designs. Interested offerors must submit their proposals by May 26, 2025, and direct any inquiries to Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.
The Government is seeking to lease hangar and related space in Carolina, Puerto Rico for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) SF and maximum of 18,354 ABOA SF.
Buyer not available
The General Services Administration (GSA) is seeking to lease hangar and related space in Carolina, Puerto Rico, with a requirement for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 18,354 ABOA square feet. The leased facility will support the Drug Enforcement Administration (DEA) and must meet specific operational needs, including 24/7 access and stringent security measures, as well as compliance with energy efficiency standards. This procurement is critical for housing various aircraft and ensuring the DEA's operational effectiveness while adhering to federal regulations. Interested offerors must submit their proposals by the extended deadline of May 30, 2025, and can contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 for further information.
Vessel Parking
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide vessel parking services for Security Vessels (SV64s) at the Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, Georgia. The procurement involves priority parking for both wet and dry lay-up of SV64s, with a contract that includes a base period of 12 months and four optional annual periods, ensuring continuous support during contingencies such as severe weather or military operations. This opportunity is crucial for maintaining operational readiness and safeguarding classified information, with all contractor personnel required to be U.S. citizens. Interested parties must submit their quotes by April 22, 2025, and can direct inquiries to the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or contact Shakayla Tucker at 912-573-0224 for further details.
Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.