Warehouse Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy (DoN), on behalf of Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a 5-year lease of warehouse space at the Puget Sound Naval Shipyard (PSNS) & Intermediate Maintenance Facility, Bremerton, WA. This Solicitation for Offers (SFO) aims to secure 10,000 to 140,000 square feet of warehouse space, including ancillary climate-controlled areas for 10-25 Government personnel. Offers are due by March 20, 2026, at 12:00 PM Pacific Standard Time.
Scope of Work
The requirement is for warehouse space ranging from 10,000 to 140,000 square feet, with additional climate-controlled ancillary space for 10-25 Government personnel. The facility must be located within a 40-mile driving range of the PSNS Farragut Gate in Bremerton, WA. Key requirements include:
- Building Quality: Sound and substantial construction, new, modern, or restored.
- Utilities & Services: Full-service lease covering all utilities (electricity, gas, water, sewer, internet, phone), maintenance (HVAC, interior, janitorial), and 24/7 availability.
- Parking: Minimum one space per 1,000 SF rentable space, with enhanced consideration for 10-25 spaces.
- Physical Specifications: Minimum 250 lbs/SF floor loading, two 12'x12' bay doors (plus one for every 25,000 SF over 25,000 SF), and specific temperature controls for warehouse, data, and communication rooms.
- Compliance: Must meet federal, state, local building codes, life safety, DoD Unified Facility Criteria, antiterrorism standards, seismic design, and Architectural Barriers Act (ABA) Standards.
- Security: Facilities must meet Facility Security Level II requirements, including detailed provisions for access control, surveillance, and building systems security.
Contract & Timeline
- Contract Type: Solicitation for Offers (SFO) for a lease.
- Lease Term: Five (5) years firm, with five (5) one-year renewal options (as updated by Amendment 1).
- Set-Aside: None specified.
- Proposal Due Date: March 20, 2026, 12:00 PM Pacific Standard Time.
- Pre-Proposal Inquiry (PPI) Deadline: February 27, 2026, 11:59 PM Pacific Standard Time.
- Anticipated Award: No later than June 30, 2026.
- Lease Execution: No later than July 31, 2026.
Evaluation
Award will be based on "best value" to the Government. Evaluation factors, in order of importance, are: Space Capacity, then Price, then Location and Delivery Time & Usable Space (equal importance).
Submission Requirements
Offers must be submitted electronically via the DoD SAFE website. Proposals should consist of two parts: Part A (Cover Letter with Rental Offer) and Part B (Technical Data). Offerors must be registered in the System for Award Management (SAM). Questions must be submitted using Attachment L – Pre-Proposal Inquiry (PPI) Form to the designated contacts.
Key Attachments
- Attachment A_Warehouse Requirements.pdf: Detailed physical and environmental specifications.
- Attachment B_Area of Consideration.pdf: Visual map defining the geographical scope.
- Attachment F_Proposal to Lease Space.pdf: Form for submitting property and rental rate details (updated by Amendment 1).
- Attachment K_Security Requirements - Facility Security Level II.pdf: Outlines specific security standards.
- Attachment L_Pre-Proposal Inquiry Form.xlsx: For submitting questions.