Search Contract Opportunities

REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M; Rev. 02

ID: 386369 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: Jan. 29, 2026, 4:16 p.m. EST

Rev. 02: Updates Statement of Work, maximum amount of square footage of warehouse from 215,000 square feet to 250,000 square feet

Rev 01: Update Proposal Due Date, Occupancy Date; Revision to Article XXII and response to Pre-Tender Queries.

The subcontractor shall provide technically qualified resources that work as a part of a team under the direct oversight of HMIS. Subcontractor resources shall be responsible for independent planning, organizing, and performing a wide variety of non-hazardous specialized administrative/technical duties in support of the successful completion of goals and deliverables. Additionally, the subcontractor shall furnish all necessary labor, technical and professional services, supervision, materials, tools, equipment, consumables, and payment of any applicable taxes to perform all operations necessary and required to perform the scope as directed by HMIS

Unless otherwise approved, the subcontractor shall work in accordance with HMIS subcontract requirements, operating policies and procedures and shall be responsible for execution of the work in accordance with the quality standards and requirements specified for assigned project and facility.

Specifically, HMIS requires a subcontractor to provide:

A. HMIS seeks a minimum of 30,000 square feet to a maximum of 250,000 square feet of contiguous space on a single floor in a warehouse type building. The space will include a minimum of four (4) acres of laydown yard or an opportunity for expansion. The facility will also include a minimum of 5,000 ABOA SF of office space. Office space does not need to be on a single floor.

The required space is to be measured and offered by Offerors in square feet in accordance with American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet (SF), (hereinafter referred to as ANSI/BOMA ABOA SF or ABOA SF ) of contiguous space within the area of consideration set forth below. Mezzanines are excluded from the area calculation of the size of the space. The space shall have a minimum clear ceiling height of 20 feet.

B. The space shall be located in a modern quality building of sound and substantial construction in good condition and acceptable to HMIS. If not a newer building, the offered space shall be in a building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space. Unless specifically stated as tenant improvements (TI), Lessor shall perform all work at Lessor's sole cost and expense.

Posted: Dec. 15, 2025, 5:35 p.m. EST
Posted: Dec. 4, 2025, 4:23 p.m. EST
Background
Hanford Mission Integration Solutions, LLC. (HMIS) is seeking lease proposals for a Safeguard and Security Facility to support the Hanford Mission Essential Services Contract (HMESC) Prime Contract with the U.S. Department of Energy, Richland Office.

The goal of this contract is to secure a suitable warehouse space that meets specific requirements for operational efficiency and safety.

Work Details
The subcontractor shall provide technically qualified resources to work under HMIS oversight, responsible for planning, organizing, and performing specialized administrative and technical duties.

Key requirements include:
A. Provision of a minimum of 30,000 square feet to a maximum of 215,000 square feet of contiguous space on a single floor in a warehouse-type building, including at least four acres of laydown yard and 5,000 ABOA SF of office space. The space must have a clear ceiling height of at least 20 feet and be measured according to ANSI/BOMA standards.
B. The building must be modern, soundly constructed, and in good condition. If not new, it should have undergone modernization or adaptive reuse by occupancy. The subcontractor is responsible for ensuring compliance with environmental safety standards and quality assurance requirements throughout the project.

Period of Performance
The total lease term is expected to be 10 years, with options for additional terms if proposed upfront pricing is provided.

Place of Performance
The work will primarily take place at the Hanford Site.

Overview

Response Deadline
Feb. 17, 2026, 5:00 p.m. EST (original: Dec. 29, 2025, 3:00 p.m. EST) Past Due
Posted
Dec. 4, 2025, 4:23 p.m. EST (updated: Jan. 29, 2026, 4:16 p.m. EST)
Set Aside
None
Place of Performance
Richland, WA 99354 United States
Source

Current SBA Size Standard
$34 Million
Est. Level of Competition
Average
On 12/4/25 Department of Energy issued Solicitation 386369 for REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M; Rev. 02 due 2/17/26. The opportunity was issued full & open with NAICS 531120 and PSC X1GZ.
Primary Contact
Name
Kristina Hamby   Profile
Phone
(509) 376-3011

Documents

Posted documents for Solicitation 386369

Opportunity Assistant


AI Analysis

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 386369

Similar Active Opportunities

Open contract opportunities similar to Solicitation 386369

Experts for REQUEST FOR PROPOSAL; HMIS RFP# 386369 - Warehouse Space to Replace 2101M; Rev. 02

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
ENERGY, DEPARTMENT OF > ENERGY, DEPARTMENT OF > HANFORD MISSION INTEGRATION SOLUTIONS, INC (HMIS) - DOE CONTRACTOR
FPDS Organization Code
8900-899088
Source Organization Code
500177449
Last Updated
March 4, 2026
Last Updated By
rhonda_r_roueche@rl.gov
Archive Date
March 4, 2026