DACA675260004900 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,536 gross square feet of retail space in Vancouver, WA for an Armed Forces Career Center (Military Recruiting Office)
ID: DACA675260004900Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking proposals to lease approximately 2,536 gross square feet of retail space in Vancouver, Washington, for an Armed Forces Career Center. The procurement aims to secure a fully serviced lease that includes base rent, utilities, and janitorial services for a term of five years, with specific requirements regarding location, accessibility, and building standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various operational and safety standards. Interested parties must submit their proposals electronically by February 1, 2026, and can direct inquiries to Tyrrell Tucker at tyrrell.c.tucker@usace.army.mil or Ryan Maas at Ryan.j.maas@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) is seeking lease proposals for a fully-serviced space of approximately 2,536 Gross Square Feet (minimum 1,800 Net Square Feet) in Vancouver, Washington, with offers due by February 1, 2026. The Request for Lease Proposals (RLP) specifies a lease term of up to five years with termination rights and outlines detailed requirements for space, accessibility, fire protection, environmental considerations, and historic preservation. Proposals must include pricing information on USACE Form 1364 and adhere to strict submission guidelines, including email transmission. Award will be based on the best value to the Government, considering both price and technical factors such as location, neighborhood, access, parking, and overall building appearance.
    The provided text outlines a geographical boundary description, likely for a specific area relevant to government RFPs, federal grants, or state and local RFPs. The description meticulously details the northern, eastern, southern, and western borders using specific street names, avenues, and railroad lines as markers. For instance, the northern boundary runs along the BN Railroad and NW 78th St. to NE Ward Rd., while the eastern boundary extends from NE Ward Rd. to SE 164th Ave. and the BNSF Railway. The southern boundary follows the BNSF Railway west to the SP and S Railroad. Finally, the western boundary is defined by the SP and S Railroad and NP Railroad, concluding at NW 78th St. This precise demarcation is crucial for defining project areas, service regions, or eligibility zones in government-related solicitations.
    The USACE Recruiting Form 1364 is a rental proposal worksheet used by the United States Army Corps of Engineers, Seattle District, for soliciting rental properties. This form requires detailed information about the proposed space, including building specifics, square footage, floor level, dimensions, and an attached floor plan. It itemizes various costs such as base rent, property taxes, insurance, common area maintenance, utilities (HVAC, electricity, natural gas, water, sewer, trash collection), and janitorial services to determine a total annual cost. The form also requests owner and leasing agent contact information and specifies lease terms: a 5-year duration, 90-day government cancellation rights, and provisions for government parking. Crucially, it mandates the attachment of evidence of ownership and advises unregistered entities to initiate SAM registration. Acceptance of U.S. Government Lease and General Clauses is a prerequisite for the offer.
    This government lease agreement, DACAXX5XXXXXXXXX, outlines the terms and conditions for the U.S. Army Corps of Engineers (USACE) to lease property for recruiting purposes. The five-year lease, effective upon government execution, is contingent on annual fund availability. Key provisions include explicit appurtenant rights such as reserved parking and roof access for telecommunications equipment. The Lessor is responsible for providing tenantable premises, all utilities, maintenance, and janitorial services, as well as adherence to various construction and environmental specifications. The document details rent payment via electronic funds transfer, termination rights, procedures for alterations, and conditions for default. It also incorporates several exhibits, including floor plans, site plans, general clauses, and construction specifications. The lease emphasizes compliance with federal, state, and local laws, including accessibility standards and environmental regulations, and addresses dispute resolution, restoration, and insurance requirements.
    This government lease document, Exhibit C, outlines general clauses for the acquisition of leasehold interests in real property. Key provisions cover subletting and assignment, ensuring government obligations remain while allowing flexibility. It addresses subordination to existing liens with non-disturbance clauses protecting government rights, and attornment to purchasers in case of foreclosure. The lease details conditions for occupancy, Lessor defaults and remedies, and maintenance responsibilities. It includes clauses on prompt payment, electronic funds transfer, and various federal regulations concerning equal opportunity, small business utilization, and prohibitions on certain telecommunications equipment. The document emphasizes compliance with all applicable laws and outlines procedures for changes and dispute resolution. It serves as a comprehensive legal framework for the lease agreement, ensuring clarity on responsibilities and rights for both the Lessor and the Government.
    The document outlines the construction and security specifications for Military Recruiting Facilities (Production Offices), designated as Version FY 25.1. It provides comprehensive guidelines for lessors and contractors, covering general standards, mechanical, plumbing, electrical, communications, safety, fire equipment, and architectural finishes. Key aspects include adherence to federal, state, and local codes, the use of Energy Star components, and strict prohibitions on telecommunications and security equipment from specific Chinese entities. Detailed requirements are provided for HVAC systems, restrooms, electrical distribution, data wiring (color-coded for different systems), and fire safety. The document also specifies architectural finishes, flooring, windows (including laminated glass or fragment retention film), and an exhaustive schedule for interior and exterior doors and their associated hardware. The overall purpose is to ensure that military recruiting facilities are built to stringent operational, safety, and security standards.
    The "Recruiting Facilities Program Construction Specifications Bid Proposal Worksheet" outlines a comprehensive bidding structure for construction and renovation projects, likely for military recruiting facilities. The document details various bid categories including HVAC, plumbing, electrical, communications, safety and fire equipment, architectural finishes-fixtures-supplies (such as ceilings, walls, soundproofing, flooring, paint, windows, doors, and restroom fixtures), and signage (interior, exterior, and marquee/pylon). It also covers security systems (CCTV and video intercoms), architectural/design costs, permits, overhead and profit, insurance, tax, and lessor management. A key requirement is that all information provided by the lessor/contractor must adhere to the construction specifications Appendix from the USACE Representative, and the entire worksheet must be completed to avoid rejection of the offer. The document emphasizes a standardized approach to bidding for construction projects within the federal government context, ensuring all necessary components and costs are accounted for, with specific allocations for various military branches within certain categories.
    This government file details the specifications and requirements for janitorial services at U.S. Army Corps of Engineers leased recruiting facilities. It outlines a comprehensive Performance Work Statement (PWS) covering general requirements, a schedule of services, quality control, performance evaluation, payment deductions, and personnel identification/background checks. Key aspects include cleaning frequencies (two or three times weekly, monthly, quarterly, semi-annually, and annually), the use of environmentally friendly products, and specific cleaning standards for various areas like restrooms, high-touch surfaces, and carpets. The document also defines roles such as the Military Service Representative (MSR) and Real Estate POC, and emphasizes strict adherence to schedules, quality control programs, and security protocols for contractor personnel, including background investigations.
    This government lease document, Exhibit “G,” outlines essential representations and certifications for Lessors, focusing on ownership, taxpayer identification, small business programs, previous contracts, affirmative action compliance, and System Award Management (SAM). Lessors must certify legal ownership and authority to lease, with the Government retaining termination rights and indemnification for title failure. The document details requirements for Taxpayer Identification Numbers (TINs), including definitions and submission guidelines, highlighting potential payment reductions for non-compliance. It also specifies small business program representations, including NAICS codes, size standards, and various certifications (e.g., small, disadvantaged, women-owned, veteran-owned, HUBZone). Additionally, it addresses compliance with equal opportunity and affirmative action regulations for leases over $10,000, and mandates SAM registration, including DUNS/DUNS+4 numbers, for all prospective awardees, emphasizing accuracy and annual updates.
    The GSA Form 1217, "Lessor's Annual Cost Statement," is a crucial document for lessors to provide estimated annual costs for services, utilities, and ownership when leasing space to the U.S. General Services Administration (GSA). This form is part of the GSA's policy to ensure rental charges are consistent with prevailing community rates. It requires lessors to detail costs for cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous services, distinguishing between the entire building and the government-leased area. Additionally, it mandates reporting ownership costs such as real estate taxes, insurance, building maintenance, lease commissions, and management fees. The form includes instructions for calculating rentable area and emphasizes lessor certification for cost accuracy. This collection of information, controlled by OMB 3090-0086, helps the government determine fair market value and ensure transparency in leasing agreements.
    The provided document, "EXHIBIT 'I', CERTIFICATE OF AUTHORIZATION LEASE NO. DACA675__00__00 CORPORATE/ LLC CERTIFICATE," is a legal certification form. Its primary purpose is to verify that an individual signing a lease agreement on behalf of a corporation or LLC is duly authorized to do so. The form requires the certifier to state their name and title (Secretary/Principle) within the corporation or LLC, confirming that the signatory for the lease acted under the authority of the entity's governing body and within the scope of its granted powers. This document is essential in government RFPs, federal grants, and state/local RFPs to ensure the legal validity and enforceability of lease agreements entered into by corporate or LLC entities.
    The document "EXHIBIT “I”, CERTIFICATE OF AUTHORIZATION LEASE NO. DACA675__000__00 PARTNERSHIP CERTIFICATE" is a legal certification for a partnership acting as a Lessor in a lease agreement. It serves to confirm that the partner signing the lease (Partner Y) is a General Partner and possesses the necessary authority, derived from the Partnership Agreement, to legally bind the partnership. Partner X, also a General Partner, provides this certification. This document is crucial for validating the legal standing and authorization of a partnership in government-related real estate transactions, such as those found in federal government RFPs, federal grants, or state and local RFPs, ensuring all parties are properly authorized and legally represented. The certificate requires dates and a corporate seal for formal execution.
    The provided document is an Agency Agreement/Authorization for Property Manager, a certification completed by the Lessor (owner) to formally attest that their designated agent possesses the legal authority to act on their behalf regarding a property leased to the Government. This certificate ensures that the agent who signed the lease or any supplemental agreements had the proper authorization under their Property Management Agreement. The agent is empowered to sign the lease, bind the owner to its terms, manage all lease-related matters including supplements and amendments, collect all due moneys, handle maintenance of the premises and equipment, and sign for the release of all obligations of the United States under the lease. This document is crucial for establishing the legal representation of the property owner in government leasing contexts, ensuring all contractual obligations and property management duties are legitimately handled.
    Similar Opportunities
    Armed Forces Career Center - Centerville, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 5,380 to 6,675 gross rentable square feet of commercial retail space in Centerville, Georgia, specifically for Armed Forces Recruiting purposes. The government seeks a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with options for termination rights and the provision of non-exclusive parking for 19 government vehicles. This opportunity is critical for establishing a recruiting presence in the specified area, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, potential respondents can contact James Rivard at james.p.rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil, with all submissions required to comply with federal regulations and SAM registration processes.
    US Armed Services Career Center - Army/Air Force/Marines/Navy
    Buyer not available
    The U.S. Army Corps of Engineers, New York District, is soliciting lease proposals for approximately 4,305 usable square feet of commercial retail space within a one-mile radius of 125th Street, Harlem, New York 10027. The space must include a secondary egress and adhere to Government Lease requirements, with proposals required to specify the rental amount inclusive of common area maintenance (CAM), taxes, and insurance. This procurement is crucial for supporting the operational needs of the U.S. Armed Services Career Center in the area. Interested contractors must submit their proposals by 5:00 PM, 21 days from the posting date, and ensure they are registered in the System for Award Management (SAM) prior to contract award, which requires a Unique Entity Identifier and a notarized letter for activation. For further inquiries, contact Shenelle Cummings-Johnson at shenelle.s.cummings-johnson@usace.army.mil or Stephen Brown at stephen.m.brown@usace.army.mil.
    Retail Space to Lease - Fountain Valley, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to lease retail space in Fountain Valley, California, for an Armed Forces Career Center. The procurement requires a minimum of 4,759 net/usable to a maximum of 5,207 gross/rentable square feet of existing Class A or B retail space, with specific requirements for ingress/egress, parking, and compliance with government lease terms. This facility will play a crucial role in supporting military recruitment efforts, necessitating a location free from incompatible businesses and with adequate public transit access. Interested lessors must submit proposals by 5:00 PM PST on January 9, 2026, and can contact Almer Capalac at almer.capalac@usace.army.mil or 213-431-5290 for further details.
    Armed Forces Career Center - Hiram, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,200 to 1,400 gross rentable square feet of commercial retail space in Hiram, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks immediate occupancy due to an unplanned relocation, preferring a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with termination rights and non-exclusive parking for four government vehicles available 24/7. This opportunity is critical for supporting military recruitment efforts, and interested parties must submit a signed Proposal to Lease Space document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact Caleb Hill at caleb.c.hill@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    U.S. Armed Forces Recruiting Office - Richmond, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,532 usable square feet of retail space in Richmond, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to be fully serviced and may extend for up to five years, with specific requirements including 24-hour access, communication infrastructure, direct exterior exit access, and lighted parking. Proposals must adhere to various considerations such as layout efficiency, accessibility, fire protection, and environmental factors, and will be evaluated based on price and technical merits. Interested parties should submit their proposals by 3:00 PM EST on December 20, 2025, and can contact James Cheatham at james.a.cheatham@usace.army.mil or Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil for further information.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    Armed Forces Career Center - Hinesville, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    U.S. Armed Forces Recruiting Office - Roanoke, Virginia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,470 usable square feet of retail space in Roanoke, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to provide a fully-serviced space with specific requirements, including 24-hour access, communication infrastructure, direct exterior access, and lighted parking, within a delineated area bounded by Amsterdam, Bedford, Rocky Mount, and Salem, VA. Proposals must comply with strict eligibility criteria related to accessibility, safety, and environmental considerations, and will be evaluated based on best value, taking into account both price and technical factors. Interested parties should submit their proposals by 3:00 PM EST on December 18, 2025, and can contact Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil or by phone at 757-675-5720 for further information.
    Recruiting Station - Armed Forces Career Center - Aiea Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for commercial retail storefront space in Aiea, Hawaii, specifically for Armed Forces Recruiting purposes. The government seeks approximately 1,972 to 2,500 gross rentable square feet of space with a lease term of four years and eleven months, including government termination rights, and requires features such as 24-hour access, adequate parking for eleven government vehicles, and necessary communications infrastructure. This opportunity is crucial for establishing a recruiting presence in the specified area, bounded by Pearl City District Park, Blaisdell Park, Pearl Highlands Center, and Pearlridge Center. Proposals must be submitted electronically by February 1, 2026, to Amy L. Capwell at amy.capwell@usace.army.mil, and interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    Navy Career Center-Alexandria-VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,200 usable square feet of commercial retail space in Alexandria, Virginia, to support the Navy Career Center. The leased space must include a secondary egress and sufficient parking for four government vehicles, both during the day and overnight, and must comply with government leasing standards. This opportunity is crucial for providing a functional and accessible location for recruitment activities. Proposals are due by 5:00 PM on January 1, 2026, and interested parties should contact Kenneth J. Bowe at kenneth.j.bowe@usace.army.mil or 443-896-3301 for further details.