REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M
SOL #: 386369Solicitation
Overview
Buyer
Energy
Energy, Department Of
HANFORD MISSION INTEGRATION SOLUTIONS, INC. (HMIS) - DOE CONTRACTOR
Richland, WA, 99354, United States
Place of Performance
WA
NAICS
Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
PSC
Lease/Rental Of Other Warehouse Buildings (X1GZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Dec 4, 2025
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Dec 29, 2025, 8:00 PM
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 Energy (DOE), through Hanford Mission Integration Solutions, Inc. (HMIS), has issued a Request for Proposal (RFP) #386369 for warehouse space to replace the existing 2101M facility. This solicitation seeks a subcontractor to provide a minimum of 30,000 to a maximum of 250,000 square feet of contiguous warehouse space, along with office space and a laydown yard, in the Richland, WA area. The contract type is Firm Fixed Price.
Scope of Work
HMIS requires a modern, sound, and substantial warehouse building with:
- Warehouse Space: Minimum 30,000 to maximum 250,000 square feet of contiguous space on a single floor, measured by ANSI/BOMA ABOA SF. Must have a minimum 20-foot clear ceiling height, minimum bay width/depth of 100 feet, and column spacing of at least 50 feet.
- Office Space: Minimum 5,000 ABOA SF, not necessarily on a single floor.
- Laydown Yard: Minimum 2 acres (approx. 80,000 sq ft) of fenced, gravel-surfaced laydown yard, capable of withstanding semi-truck traffic, with lighting and dedicated parking for personnel and semi-trucks.
- Facility Features: Minimum two (2) loading docks (46-52" high) with electronic openers, fully serviced lease (janitorial for office/restrooms, utilities, taxes, maintenance), highway accessibility, kitchen, restrooms, shower(s), print/copy room, IT room, and ability to install Hanford proximity readers, HLAN, and wired access points.
- Compliance: Space must not be in a FEMA 100-year flood plain and must meet federal/local requirements for fire safety, security, accessibility, and sustainability. Desired features include HLAN capabilities, LEED certification (silver or higher), Energy Star appliances, and EV charging stations.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Lease Term: Anticipated 10 years, with options for additional years.
- Anticipated Occupancy Date: March 1, 2026.
- Proposal Due Date: February 17, 2026, at 2:00 PM Pacific Time.
- Published Date: January 29, 2026 (Rev. 02).
- Place of Performance: Within the area bounded by Stevens Drive, Wye Barricade, Columbia River, Highway 240, and Kingsgate in Washington State.
- NAICS Code: 531120 (Lessor of Nonresidential Building, except Mini-warehouses) with a $34 Million size standard.
- Set-Aside: None specified.
Evaluation & Submission
- Evaluation: Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror, based on a pass/fail screening of technical factors and the lowest price per square foot for the initial 10-year lease term.
- Submission: Proposals must be submitted via email. Offerors must complete and return all RFLP Exhibits and Attachments, including GSA Form 1364WH (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). Proposals require a Technical Proposal (Volume I) and Required Price Support Information (Volume II).
- Compliance: Offerors must acknowledge and accept the Draft Lease Agreement or propose alternate language. Compliance with FAR 52.204-25 (Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment) is required.
Special Requirements
- Personnel: Subcontractor personnel require Buyer-issued security badges and must complete yearly Hanford Site Orientation.
- Asbestos: Space must be free of asbestos-containing materials (ACM) or have only undamaged, non-friable ACM with an asbestos management plan.
- Registration: Offerors must be registered or willing to register in the Hanford Vendor Portal and SAM.gov.
People
Points of Contact
Kristina HambyPRIMARY