Lease to Purchase of Warehouse Distribution Space for Navy Exchange Service Command (NEXCOM), West Coast , Chino, CA
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 / NAVFACSYSCOM ATLANTIC, on behalf of the Navy Exchange Service Command (NEXCOM), is seeking proposals for the lease-to-purchase of a modern warehouse distribution center in the Chino, CA area. This opportunity aims to secure approximately 400,000 to 600,000 square feet of space within a 50-mile radius of the existing West Coast Distribution Center. The government intends to commence operational occupancy 8-10 months after award. Proposals are due July 13, 2026, by 12:00 PM EST.
Scope of Work & Facility Requirements
This Request for Proposal (RFP) is for a lease-to-purchase agreement. The required facility must be a modern distribution center, no older than 35 years, with a minimum of 400,000 SF total building size, including at least 8,000 SF for office/administrative space. Key technical specifications include:
- Interior Height: Minimum 30 feet clearance in the warehouse.
- Dock Doors: At least 65 dock doors (9'x10' preferred), with full-size (7'x8'), 30,000-pound capacity dock leveler ramps.
- Parking: Minimum 200 automobile spaces and a heavy-duty trailer yard accommodating at least 100 trailers.
- Special Purpose Areas: Dedicated spaces for Aerosol Storage (1500+ SF), Sensitive Storage (4,000 SF), Material Handling/Battery Charging (10,000 SF), Maintenance Shop (4,000+ SF), and HAZMAT Storage (1,000+ SF).
- Security: Must meet AT/FP Level 1 security standards per UFC 4-010-01.
- Fire Protection: Operational fire alarm system and capacity for in-rack sprinklers.
- Electrical: 480-volt, 3-phase, 3,200-amp service.
Contract Details
- Contract Type: Solicitation (RFP) for a Lease-to-Purchase.
- Lease Term: An initial firm term of one (1) year, with fourteen (14) one-year renewal options, totaling a potential 15-year lease.
- Purchase Option: The Government retains the option to purchase the facility during the initial term and the subsequent four (4) option periods. Offerors are required to provide purchase prices for each of the first five (5) years.
- Set-Aside: None specified (Open Competition).
- Product Service Code: X1EC (Lease/Rental Of Production Buildings).
- NAICS Code: 531190, with a small business size standard of $20.5 Million.
Submission & Evaluation
- Offers Due: July 13, 2026, by 12:00 PM EST.
- Submission Method: Electronic submission to tracy.a.chapman.civ@us.navy.mil.
- Required Documents: Proposals must include the Standard Proposal Form (Attachment 4), a cover letter, Technical Data Package, SF-25 Performance Bond, GSA form 3518 (Representations and Certifications), Seismic Certification, and Form 12000 Prelease Fire Protection Evaluation.
- Evaluation Criteria: A Best Value Source Selection Process using Tradeoffs will be employed. Price and Technical Requirements/Specification are of greatest and equal importance, followed by Area of Consideration.
- Offer Validity: Offers must remain valid for six (6) months from the due date.
Eligibility & Contact
Offerors may be individuals, partnerships, corporations, associations, municipalities, or government/quasi-government authorities with legal ownership and authority to enter into a leasehold agreement. Joint Ventures are acceptable if established prior to offer submission. All questions must be submitted in writing to the primary point of contact.
Primary Contact: Tracy Chapman, tracy.a.chapman.civ@us.navy.mil, 757-322-4954.