Bedford Warehouse & Parking Lease
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 Brownstown Ranger District of the Hoosier National Forest is seeking proposals for a secured warehouse and parking lease within Bedford city limits, Indiana. This opportunity is a Total Small Business Set-Aside for a firm-fixed-price requirements contract. The facility will house Wildland Fire engines, equipment, and supplies. Offers are due by February 25, 2026.
Scope of Work
The requirement is for a minimum of 4,500 sq ft of warehouse space and outdoor parking.
Warehouse Space:
- Heated/Insulated Workspace (Minimum 1,800 sq ft): Must have 10’ ceilings, 1 bathroom with hot water, washer & dryer hookup (appliances by government), standard electrical outlets (at least 7 are 20 amps), adequate lighting, concrete floor, accommodate 2 - 24’ F550 fire trucks, gas unit heater(s), 3 large overhead garage doors (10’ W x 8’ H), 1 dedicated 220v outlet for air compressor, 1 dedicated 220v outlet for welder, and 2 service doors.
- Remaining Balance of Space (May be unheated): Must be enclosed on at least 2 sides (potentially multiple buildings) with 10’ ceilings, concrete or gravel floors, and if fully enclosed, accessible via at least one 10’x8’ overhead garage door or securable door.
Parking Space:
- Outdoor space for cars, light trucks, trailers, and heavy equipment.
- Must accommodate vehicle turn-around (70’ x 100’ unobstructed space) or provide drive-through/around options.
- Storage for 2 - 26’ trailers, 4 – 16’ trailers, and 6 crew cab long bed pickup trucks.
- Gravel or better surface with proper drainage.
- Secured with a minimum 6-foot chain-link fence, plus 3 strands of barbed wire on top (7-foot total height).
- Minimum one 12-foot wide x 7-foot high chain-link gate that swings inward, secured with a paddle lock.
Contract & Timeline
- Contract Type: Firm-fixed-price requirements contract.
- Period of Performance: One (1) one-year base period with four (4) one-year option periods, not to exceed five (5) years total.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 531120, with a size standard of $47 Million.
- Offers Due: February 25, 2026, at 3:00 PM Eastern Standard Time.
- Questions Due: February 19, 2026, at 12:00 PM Eastern Time.
- Published Date: February 19, 2026.
Special Requirements
The property must have easy access to a public road. All doors (conditioned/heated warehouse, gate, other secured areas) must be keyed the same with matching paddle locks. The property must be kept mowed and brushed. The tenant is responsible for utilities (sewer, water, electric, phone, natural gas), installing sewer/water hookups for washer/dryer, and installing a security system in conditioned/heated spaces. The owner is responsible for government property damage due to neglect, fence repair, and general facility maintenance (excluding government responsibilities). The government is responsible for snow removal, fire extinguisher maintenance/inspection, and light bulb replacement. Mixed occupancy is acceptable if government facilities can be securely partitioned.
Evaluation
Quotes will be evaluated based on criteria listed in the solicitation, with award made to the offeror representing the best value to the Government. Offerors must submit pricing for all items to be considered responsive and hold offers firm for 90 calendar days.
Contact Information
Primary Point of Contact: Mikaela Laney, mikaela.laney@usda.gov.