Warehouse Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
SOL #: SFO-N4425526RP00018Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM NORTHWEST
SILVERDALE, WA, 98315-1101, United States
Place of Performance
Bremerton, WA
NAICS
General Warehousing and Storage (493110)
PSC
Lease/Rental Of Other Warehouse Buildings (X1GZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 16, 2026
2
Last Updated
Jan 17, 2026
3
Submission Deadline
Mar 20, 2026, 7:00 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 the Navy (DoN), on behalf of Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is issuing a Solicitation for Offers (SFO) N4425526RP00018 to lease warehouse space near the Puget Sound Naval Shipyard (PSNS) in Bremerton, WA. The requirement is for 10,000 to 140,000 square feet of warehouse space, including ancillary climate-controlled areas for 10-25 Government personnel. The Government seeks to award one or more 5-year leases, with five (5) one-year renewal options. Offers are due by March 20, 2026.
Scope of Work
- Space Requirement: Minimum 10,000 to maximum 140,000 square feet of warehouse space.
- Ancillary Space: Climate-controlled space within or adjacent to the warehouse for 10-25 Government personnel.
- Location: Within a 40-mile driving range from the Puget Sound Naval Shipyard (PSNS), Bremerton, WA.
- Lease Type: Full-service lease, inclusive of all utilities (electricity, gas, water, sewer, internet, phone), maintenance (HVAC, interior, painting, window washing), and janitorial services (24/7 availability).
- Parking: Minimum one space per 1,000 SF rentable space, with enhanced consideration for offers providing 10-25 spaces.
- Compliance: Must meet federal, state, and local building codes, life safety criteria, DoD unified facility criteria, antiterrorism standards, seismic design standards, and Architectural Barriers Act (ABA) Standards.
- Security: Facilities must meet Facility Security Level II requirements, as detailed in Attachment K and Attachment J (Pre-Lease Building Security Plan).
- Physical Requirements: Minimum 250 lbs/SF floor loading, specific door configurations (e.g., two 12'x12' bay doors, plus one for every 25,000 SF over 25,000 SF), and defined temperature ranges for various areas.
Contract Details
- Opportunity Type: Solicitation (SFO N4425526RP00018)
- Contract Type: Lease for Real Property (5-year base term with five 1-year renewal options)
- Set-Aside: None specified
- Product/Service Code: X1GZ - Lease/Rental Of Other Warehouse Buildings
- Award Anticipated: No later than June 30, 2026
- Lease Execution: No later than July 31, 2026
- Termination: Government may terminate without cost with 120 days' notice.
Submission & Evaluation
- Offer Due Date: March 20, 2026, at 12:00 PM Pacific Standard Time.
- Submission Method: Electronically via the DoD SAFE website.
- Offer Format: Two parts: Part A (Cover Letter with Rental Offer) and Part B (Technical Data).
- Evaluation Criteria: Award will be based on "best value" to the Government, considering Price, Space Capacity, Location, and Delivery Time & Usable Space. Space Capacity is the most important factor, followed by Price, then Location and Delivery Time (equal importance).
- Pre-Proposal Inquiries (PPIs): Due by February 27, 2026, at 11:59 PM Pacific Standard Time. Submit questions via email using Attachment L (Pre-Proposal Inquiry Form) to Seana McKiernan (seana.k.mckiernan.civ@us.navy.mil) or Nicole Leaptrot-Figueras (nicole.m.leaptrot-figueras.civ@us.navy.mil), with the subject line "SFO N4425526RP00018". All PPIs and answers will be posted as an Amendment on SAM.gov.
- Required Forms: Offerors must complete and submit various forms, including GSA Form 3518 (Representations and Certifications), GSA Form 12000 (Pre-lease Fire Protection), Certificate of Seismic Compliance, and Attachment F (Proposal to Lease Space).
Eligibility
- Offerors can be individuals, partnerships, corporations, or associations; Joint Ventures are acceptable.
- Offerors must be registered in the System for Award Management (SAM).
People
Points of Contact
Seana McKiernanPRIMARY
Nicole Leaptrot-FiguerasSECONDARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Jan 17, 2026
Version 1
Solicitation
Posted: Jan 16, 2026