DACA675260001600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,418 - 4,114 gross square feet of retail space in Klamath Falls, OR for an Armed Forces Career Center (Military Recruiting Office)
ID: DACA675260001600Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 2,418 to 4,114 gross square feet of retail space in Klamath Falls, Oregon, for an Armed Forces Career Center. The lease will be for a full term of five years, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various safety and environmental standards. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and visibility in a prime retail area. Interested parties must submit their proposals electronically by May 30, 2025, and can direct inquiries to Matthew James at matthew.james@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.

    Files
    Title
    Posted
    This document serves as an Agency Agreement and Authorization for a Property Manager to act on behalf of a property owner (Lessor) in leasing property to the government. The Lessor certifies the ownership of the property and confirms that their designated agent has the legal authority to sign the lease and manage all related aspects, including financial transactions, maintenance, and any amendments or releases connected to the lease. The document requires the signature of the owner and includes fields for the owner's name, property details, and the agent's information. Its purpose is to ensure that government entities can engage with authorized representatives of property owners during leasing processes, facilitating compliance with federal and state regulations related to property leases.
    The USACE Recruiting Form 1364 outlines the rental proposal process for the United States Army Corps of Engineers' Seattle District. It provides a structured worksheet that captures essential property details such as building specifications, total gross square footage, and various costs associated with leasing, including base rent, property taxes, insurance, maintenance, utilities, and janitorial services. Additional sections gather information about the property owner and leasing agent, along with necessary signatures. The proposal specifies a lease term of five years with cancellation rights favoring the government. It instructs lessors to include proof of property ownership and emphasizes the necessity for entities to register with the System for Award Management (SAM) to be eligible for lease awards. Acceptance of the U.S. Government Lease and its general clauses is mandatorily required. This document supports the federal government’s leasing needs, ensuring compliance with regulations and facilitating efficient property acquisition for government operations.
    This document outlines a lease agreement between a lessor and the U.S. Army Corps of Engineers (USACE) for government use of a property. The lease encompasses approximately five years and includes specifications for rental payment terms, property maintenance responsibilities, emergency repairs, compliance with local laws, and conditions for alterations. Key provisions include the government’s right to terminate the lease with a 90-day notice, maintenance obligations of the lessor for utilities and common areas, and requirements for safety systems such as fire alarms and evaporators. Additionally, it addresses environmental regulations under the National Environmental Policy Act and the National Historic Preservation Act. The focus is on ensuring a functional, compliant, and accessible premises that meets the government’s operational needs while adhering to safety and environmental standards. This lease exemplifies a structured framework within federally funded contracts, emphasizing responsibility and compliance on both sides.
    This document outlines the general clauses applicable to a lease agreement between the government and the lessor, particularly focusing on the acquisition of leasehold interests in real property. Key provisions include the government's rights for subletting and assignment, responsibilities related to property maintenance, and protocols for payment, lease acceptance, and termination conditions. It addresses critical components such as subordination clauses, compliance with applicable laws, and procedures for handling damages or defaults by the lessor. Moreover, it stipulates terms for operating costs, prompt payment guidelines, and the consequences of improper contract practices. These clauses ensure mutual obligations between the government and lessor while emphasizing legal compliance, safety, and operational efficiency. The document is vital for managing government leasing agreements and maintaining standards of service and obligation fulfillment.
    The document outlines the construction and security specifications for Military Recruiting Facilities, detailing the requirements for leased premises as part of a federal initiative. It establishes guidelines for all construction aspects, including mechanical, electrical, plumbing, and architectural finishes, to ensure compliance with federal, state, and local standards. Key specifications prohibit the use of security equipment from specific entities linked to national security concerns, mandating certification of equipment before installation. The lease details responsibilities of the Lessor, emphasizing the need for COE approval on any deviations from the approved plans and rigorous coordination for architectural and engineering drawings. The document stresses energy efficiency through Energy Star-rated components and natural resource conservation. Additionally, it outlines requirements related to mechanical systems, plumbing, electrical distribution, and safety features, including fire equipment and emergency signage. Overall, the specifications aim to align the built environment with military operational needs while ensuring the high standards necessary for safety, efficiency, and security. This comprehensive guide serves as a vital resource for contractors and lessors engaged in federal projects related to military facilities, reinforcing adherence to established construction protocols.
    The Recruiting Facilities Program outlines a bid proposal worksheet for contractors to submit estimates related to construction work for facility upgrades. It includes specific bid categories such as HVAC, plumbing, electrical systems, safety equipment, architectural finishes, signage, security systems, and various other items. Each category lists required components and quantities needed, emphasizing a standard unit cost of $1.00 for computation clarity, totaling a specified bid proposal amount of $116.00. Contractors must adhere to construction specifications provided by the US Army Corps of Engineers (USACE) and ensure complete submission of the worksheet to avoid rejection. The document serves as a structured guide for bidders to present comprehensive financial outlines for facility construction projects under federal and state frameworks, focusing on meticulous adherence to safety and regulatory standards throughout the construction process.
    The document outlines the specifications and requirements for janitorial services to be provided for the U.S. Army Corps of Engineers (USACE) within leased facilities. It directs contractors to perform cleaning services either two or three times a week depending on facility size, emphasizing that cleaning occurs during standard business hours with strict protocols for missed appointments by both contractors and Military Service Representatives (MSR). Contractors must maintain high cleaning standards, including the use of eco-friendly products and adherence to specific cleaning measures for areas like restrooms and high-touch surfaces. The contractor is responsible for managing all aspects of service delivery, including labor, equipment, and supplies. A Quality Control Program must be established to ensure compliance with contract standards, featuring inspections and corrective actions for deficiencies. Additionally, the document details safety requirements, such as employee identification and background checks, and defines performance metrics for service evaluation. Overall, the guidelines emphasize the importance of maintaining cleanliness and safety in government facilities, aligning with regulations for federal contracts and ensuring quality service delivery.
    The document outlines the representations and certifications pertaining to a lease agreement (Lease No. DACA6752X00XXX00) between a Lessor and the Government. It includes certifications on ownership, requiring the Lessor to be the legal owner of the property and to indemnify the Government in case of title failures. The document emphasizes Taxpayer Identification Number (TIN) requirements, highlighting the importance of compliance with IRS debt collection and reporting requirements, stating potential penalties for non-compliance. Additionally, it addresses small business program representations, outlining NAICS codes, size standards for small businesses, and various classifications like disadvantaged, women-owned, and veteran-owned small businesses. The document further discusses previous contracts, compliance with equal opportunity clauses, and the necessity for affirmative action compliance for contracts over $10,000. Lastly, it mandates that Offerors must be registered in the System Award Management (SAM) database, providing definitions and instructions for obtaining a Data Universal Numbering System (DUNS) number. The purpose is to support government contracting processes, ensuring transparency, compliance, and inclusion of small businesses in federal acquisitions, reflecting the regulatory framework of government RFPs and grants.
    The Lessor's Annual Cost Statement serves as a critical documentation for federal lease proposals submitted to the General Services Administration (GSA). It outlines the estimated annual costs associated with services and utilities provided by the lessor as part of rental consideration. Key components include the breakdown of costs for cleaning, heating, electrical, plumbing, air conditioning, and security, as well as overall salaries and maintenance expenditures. The document also addresses the estimated cost of ownership, exclusive of capital charges, which encompasses expenses like real estate taxes, insurance, and lease commissions. Lessees are required to estimate costs based on historical or projected data for both the entire building and the government-leased area. These figures inform the government's assessment of fair market value for the leased space, ensuring the rental rates remain consistent with prevailing community standards. The document emphasizes the importance of detailed entries for accurate financial assessment and requires a certification from the lessor concerning the truthfulness of the reported costs, underscoring its crucial role in leasing federal properties.
    The document is a Certificate of Authorization related to Lease No. DACA675__00__00, which is part of the certification process for a corporation or LLC serving as the Lessor. It validates that the undersigned individual, holding a designated position within the organization, is authorized to execute the lease on behalf of the entity. The certificate includes spaces for the official's name, title, and signature, along with the corporate or LLC seal. This document underscores the importance of confirming authority when entering into legally binding agreements in the context of federal and state/local requests for proposals (RFPs) or grants, ensuring that all parties are duly represented and compliant with governance structures.
    The Request for Lease Proposals (RLP) No. DACA675260001600 outlines the requirements for a fully-serviced lease in Klamath Falls, Oregon, for a term of up to five years. Proposals must be submitted by May 30, 2025, and late submissions will not be considered. The government aims to secure approximately 2,418 - 4,114 gross square feet of space with specific requirements including unrestricted 24-hour access, adequate communications infrastructure, external exit access, and parking for government vehicles. The RLP specifies eligibility factors such as accessibility, fire safety standards, and environmental considerations, including a required Phase I Environmental Site Assessment. Offerors must also ensure that the property is free from asbestos-containing materials and comply with the National Historic Preservation Act if applicable. Award factors include pricing, technical viability, and the suitability of the property's location and layout. The government's selection process will prioritize efficient use of space and past performance. The RLP emphasizes the need for a detailed, compliant proposal, which will be evaluated for overall value and adherence to requirements set forth in the document.
    Similar Opportunities
    ARMED FORCES CAREER CENTER - GREENFIELD, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 785 square feet of commercial office space in Greenfield, Massachusetts, to support the Armed Forces Career Center. The space must be located within a ¼ mile radius of 91 Main Street and include a secondary egress and adequate parking for five government vehicles, both during the day and overnight. This procurement is crucial for facilitating recruitment efforts and ensuring compliance with federal standards for office space. Proposals are due by 5:00 PM on November 27, 2025, and interested parties should contact Kevin Leonard at Kevin.leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil for further details.
    ARMY CAREER CENTER - BOSTON, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,050 square feet of commercial office space in South Boston, Massachusetts, to support the Army Career Center. The space must be located within a ¼ mile radius of 11 Elkins Street and must include a secondary egress and adequate parking for two government vehicles, both during the day and overnight. This lease is critical for the Army's recruiting efforts and will be governed by a five-year term with potential one-year renewals, contingent on annual fund availability. Proposals are due by 5:00 PM on November 27, 2025, and interested parties should contact Kevin Leonard at Kevin.Leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil for further details.
    U.S. Government space required in Logan, UT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking retail office space in Logan, UT, for a U.S. Armed Forces Career Center. The government requires a full-service lease for a space ranging from 2,650 to 3,300 rentable square feet, with a lease term of less than five years and the option for government termination rights. This procurement is crucial for supporting the operational needs of the Army, Navy, and Marines in the area, ensuring they have a dedicated location for recruitment and community engagement. Interested parties must submit their responses electronically to Jeffery Reed at jeffery.m.reed@usace.army.mil by 3:00 PM MDT on November 28, 2025, including necessary documentation such as exclusivity agreements and representation letters.
    MARINE CORPS CAREER CENTER - AMHERST, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 700 square feet of commercial office space in Amherst, Massachusetts, to support the Marine Corps Career Center. The space must be located within a ¼ mile radius of 6 University Drive and include a secondary egress, as well as adequate parking for government vehicles. This lease is crucial for facilitating recruitment efforts and ensuring operational efficiency for the Marine Corps in the region. Proposals are due by 5:00 PM on November 27, 2025, and interested parties should contact Kevin Leonard at Kevin.leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil for further details.
    ARMED FORCES CAREER CENTER - ENFIELD, CT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,680 square feet of commercial office space in Enfield, Connecticut, to serve as an Armed Forces Career Center. The leased space must be located within a ¼ mile radius of 155 Hazard Avenue and must include a secondary egress and adequate parking for eight government vehicles, both during the day and overnight. This procurement is crucial for supporting military recruitment efforts, and interested contractors must submit their proposals, including rental amounts and a breakdown of construction build-out specifications, by 5:00 PM on November 27, 2025. For further inquiries, potential bidders can contact Kevin Leonard at Kevin.leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil.
    ARMED FORCES CAREER CENTER - BROCTON, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 3,523 square feet of commercial office space in Brockton, Massachusetts, to support the Armed Forces Career Center. The leased space must be located within a ¼ mile radius of 165 Westgate Drive and must include a secondary egress and adequate parking for 16 government vehicles, both during the day and overnight. This procurement is crucial for providing operational facilities for military recruitment efforts, ensuring compliance with federal, state, and local laws, and maintaining high standards of quality and accessibility. Proposals are due by 5:00 PM on November 27, 2025, and interested parties should contact Kevin Leonard at Kevin.leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil for further information.
    ARMED FORCES CAREER CENTER - MIDDLETOWN, CT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,600 square feet of commercial office space in Middletown, Connecticut, to support the Armed Forces Career Center. The space must be located within a ¼ mile radius of 170 Main Street and include a secondary egress, as well as adequate parking for around 12 government vehicles, both during the day and overnight. This lease is critical for the operational needs of the Army Corps, ensuring a suitable environment for recruitment activities. Proposals are due by 5:00 PM on November 27, 2025, and interested parties should contact Kevin Leonard at Kevin.leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil for further details. Additionally, all contractors must be registered in the System for Award Management (SAM) prior to contract award.
    Anchorage Air Force Hub Recruiting Office
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for leased retail and related space in Harker Heights, Texas. The government aims to lease between 3,000 and 3,100 square feet of existing Class A or B retail space, as their current lease in Austin is expiring, and they are exploring economically advantageous alternatives. The ideal space must comply with federal, state, and local ordinances, meet force protection standards, and be ready for occupancy by November 15, 2025. Interested parties should submit expressions of interest, including building details and rental rates, to Udrika Ramsey at the US Army Corps of Engineers by the specified deadline of November 15, 2025.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for leased retail and related space in Waco, Texas, as part of a Sources Sought notice. The government aims to lease between 1,100 and 1,010 gross square feet of existing Class A or B retail space, with the ideal location meeting federal, state, and local ordinances, as well as Department of Defense force protection standards. This procurement is crucial as it involves relocating the government office currently occupying a shopping center, with the new space required to be ready for occupancy by December 1, 2025. Interested parties must submit expressions of interest, including property details and a rental rate, to Udrika Ramsey at the US Army Corps of Engineers by November 15, 2025.