Lease Acquisition
ID: DACA-31-5-2025-0114Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA

NAICS

Real Estate and Rental and Leasing (53)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the lease acquisition of approximately 4,500 square feet of office space in St. Louis, Missouri. The procurement aims to secure a suitable location that meets specific requirements, including second-floor or above placement, unrestricted access, and compliance with federal standards such as seismic safety and environmental assessments. This leasing opportunity is crucial for supporting government operations and ensuring that the necessary infrastructure is in place for effective service delivery. Proposals are due by March 21, 2025, and interested parties can contact Stacy Kohan at stacy.i.kohan2@usace.army.mil or Jacob Purcell at jacob.a.purcell@usace.army.mil for further information.

    Files
    Title
    Posted
    The PBS Leasing Desk Guide addresses seismic safety standards for federally owned or leased buildings in response to Executive Order 12941 and the Earthquake Hazards Reduction Act. The guide outlines the necessity for buildings to meet specific safety levels depending on their location within different seismic zones across the United States. It introduces various seismic performance objectives, such as Life Safety, Occupancy-based, and Mission-critical standards, which dictate the level of structural safety required. The document includes a process for generating Request for Lease Proposals (RLPs), detailing requirements for pre-award submissions, award decision criteria, and post-award obligations related to seismic standards. It provides exemptions from these seismic requirements under certain conditions, including lease terms of less than five years or buildings designed for incidental human occupancy. Attachments include seismic offer forms and lease paragraphs that potential lessors must complete to confirm compliance with seismic standards. The guide emphasizes the importance of consulting regional seismic engineers throughout the leasing process, ensuring safety standards are maintained and appropriate documentation is supplied for leased properties.
    The document outlines the representations required from Offerors and Lessors for high-security leased spaces under the jurisdiction of the U.S. Army Corps of Engineers. It emphasizes the necessity for transparency regarding foreign ownership and financing, detailing definitions for "foreign entity," "foreign person," and ownership structures. Offerors or Lessors must submit annual representations regarding their ownership status, maintaining updated records to reflect any changes over the lease term. Key components include the identification of immediate and highest-level owners, as well as financing entities, specifically noting if any are foreign. The document mandates accurate and current disclosures, holding the Offeror or Lessor accountable for the validity of the provided information. This process aims to safeguard national security interests by thoroughly vetting the ownership and financing of properties involved in federal leasing agreements. The structured requirements ensure compliance with federal regulations and facilitate ongoing oversight throughout the lease period. Overall, the document is central to ensuring that high-security leased spaces are free from foreign influence or control, aligning with government standards for national security protection.
    The USACE Recruiting Form 1364 (10/2020) serves as a proposal template for leasing space under RLP DACA-31-5-2025-0114. It is structured into various sections capturing essential information regarding the property and lease terms. Section I outlines property details, including ownership, address, and agency contacts. Section II provides specifics on the offered space size, current occupancy, and a breakdown of costs, including base rent and operating expenses. Lease terms in Section III detail inclusions, conditions, and tenant buildout contributions. Additional considerations, such as floodplain status, seismic safety, and asbestos concerns, are covered in Section IV. The final section, Section V, focuses on owner identification and required certifications. The proposal commits the offeror to adhere to the terms upon acceptance and subsequent compliance with government specifications for space alterations. This document facilitates the federal leasing process, emphasizing necessary details to ensure compliance and operational efficiency in property management for government use.
    This document comprises mandatory representations and certifications for the acquisition of leasehold interests in real property, as part of a federal solicitation process. It primarily includes compliance requirements regarding small business status, with specific emphasis on definitions and criteria for various classifications, including small businesses, women-owned businesses (WOSBs), economically disadvantaged women-owned small businesses (EDWOSBs), veteran-owned small businesses, service-disabled veteran-owned businesses, and HUBZone small businesses. Various sections detail the representations that the offeror must make concerning its business status, previous contracts, affirmative action compliance, tax liabilities, and responsibilities regarding federal regulations. Additionally, it emphasizes the consequences of misrepresentation in these declarations, which could result in penalties, including fines or disqualification from federal contracts. Furthermore, a DUNS number and registration in the Central Contractor Registration (CCR) are required, demonstrating the document’s objective in ensuring transparency, accountability, and compliance with federal procurement regulations. The outlined requirements aim to facilitate equitable opportunities within government contracting, particularly for small and disadvantaged businesses.
    The document outlines the delineated area for a specific governmental purpose, detailing its geographical boundaries. The northern limit is established by Interstate 70, while the western boundary is defined by Interstate 270. The southern extent is marked by Interstate 44, and Kingshighway Boulevard delineates the eastern boundary. This structured approach to defining the area suggests that it is intended for federal or state planning, grant applications, or responses to Requests for Proposals (RFPs). Clearly outlining boundaries is crucial for identifying service zones, funding eligibility, or project locations, facilitating better resource allocation and effective project implementation within the specified region. Such delineation is a common practice in government documents, aiding in clarity for stakeholders involved in developmental or community service initiatives.
    This document serves as a Request for Lease Proposals (RLP) numbered DACA31-5-2025-0114, issued by the U.S. Army Corps of Engineers. The RLP outlines the process for submitting proposals for leasing approximately 4,500 square feet of office space within a designated area in St. Louis, MO, with proposals due by March 21, 2025. Key requirements include the need for second-floor or above placement, unrestricted access, communications infrastructure, and compliance with federal standards, including environmental assessments for hazardous materials. The Government stipulates that offers must demonstrate adherence to seismic safety standards and accessibility regulations. Offerors must submit a completed Foreign Ownership and Financing Form and provide evidence of property ownership or control. The evaluation process will consider both price and technical factors, encompassing layout efficiency, location, and neighborhood safety. The document emphasizes that the Government has the right to cancel the RLP at any time and outlines specific responsibilities and obligations for both the Government and the successful Offeror. Compliance with additional requirements such as fire safety, floodplain regulations, and historic preservation is also mandated. The final lease agreement will be binding and must comply with specified Government procurement integrity requirements.
    The Request for Lease Proposals (RLP) No. DACA31-5-2025-0114 outlines the federal government's requirements for leasing a space of 4,500 to 5,000 square feet in St. Louis, MO. Proposals are due by March 7, 2025, and must comply with specific submission and formatting guidelines. The lease will be awarded to the contractor deemed most advantageous based on price and various technical factors, including location, accessibility, and building appearance. Minimum requirements stipulate that the leased space must be located on the second floor or above, provide unrestricted 24-hour access, and include adequate communication and parking facilities. The RLP emphasizes environmental considerations, including inspections for hazardous materials and compliance with the National Environmental Policy Act (NEPA) and the National Historic Preservation Act. Offerors must provide detailed proposals, including pricing information and evidence of property ownership, and will be evaluated on past performance and the efficiency of the layout. The process seeks to promote transparency and fairness, allowing for potential negotiations and ensuring compliance with federal leasing standards.
    The U.S. Government Lease for Real Property (Lease No. DACA-31-5-2025-0114) establishes an agreement between the United States and a Lessor for leasing office space. The lease spans a one-year term with the option for renewal for up to ten years, contingent on government funding. Key provisions include the Government's right to terminate the lease with 90 days' notice, and the inclusion of a full-service rental agreement that covers utilities and maintenance at no additional costs to the tenant. The Lessor must also adhere to federal regulations, including compliance with safety, environmental codes, and equal opportunity clauses. The lease underscores mutual obligations between the Government and the Lessor, stipulating the Government's right to make alterations to the premises and addressing issues of subletting, dispute resolution, and the necessity of maintaining the building's condition. Through this agreement, the document emphasizes standards for service delivery, tenant improvements, and necessary compliance with federal laws, fostering a structured and legally sound leasing process to support government operations.
    The document outlines the terms of a lease agreement between the U.S. Government and a lessor for a real property lease designated as Lease Number DACA-31-5-2025-0114, authorized under Title 10 U.S. Code Section 2661. The lease stipulates a one-year term, with options for nine additional one-year renewals, contingent on government appropriations. Key provisions include rental consideration, maintenance responsibilities, allowed alterations, and termination rights after the first year with proper notice. The lessor must provide full-service operation, including utilities and maintenance, while the Government retains the right to sublet and make alterations to the premises. The document also emphasizes compliance with equal opportunity, non-discrimination policies, and maintenance of safety standards. Additional clauses address dispute resolution, environmental compliance, security requirements, and methods for payment, including electronic funds transfer. This lease serves to ensure the Government’s operational needs are met while adhering to statutory and regulatory frameworks.
    Lifecycle
    Title
    Type
    Lease Acquisition
    Currently viewing
    Solicitation
    Similar Opportunities
    U.S. Government Seeks Retail and Related Space for Armed Forces Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking to lease approximately 7,200 gross/rentable square feet of existing Class A or B retail space for an Armed Forces Recruiting Office in the Missouri City, Texas area. The space must comply with federal, state, and local ordinances, meet force protection standards as per the Department of Defense’s Unified Facility Criteria, and include designated or open parking. This procurement is crucial for establishing a functional recruiting office that supports military recruitment efforts. Interested parties should submit expressions of interest, including building details and rental rates, to Jeff Veselka at jeffery.d.veselka@usace.army.mil by December 31, 2025. This notice serves as a request for information only and is not a solicitation for offers.
    U.S. Government Space Required in Modesto, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking proposals for a full-service lease of retail office space in Modesto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,841 rentable square feet and a maximum of 6,367 rentable square feet, with a lease term not exceeding five years and the option for government termination rights. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their proposals electronically by 12:00 PM PDT on December 21, 2025, to Stacy Mooney at Stacy.A.Mooney@usace.army.mil, and must include necessary documentation such as exclusivity agreements and representation letters.
    U.S. Government Space Required in Visalia, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    Army Career Center-Chester PA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,886 usable square feet of commercial retail/office space in Chester, Pennsylvania, within a ¼ mile radius of the current location. The space must include a secondary egress and provide adequate parking for four government vehicles, both during the day and overnight, and must adhere to the Government Lease requirements. This procurement is vital for supporting the Army's recruiting efforts, ensuring a functional and compliant environment for operations. Proposals are due by 11:59 PM on December 26, 2025, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or 410-443-1164 for further details.
    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)
    Dept Of Defense
    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.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 500 to 600 gross/rentable square feet of existing Class A or B retail space in Beaumont, Texas. The ideal space must comply with federal, state, and local ordinances, meet force protection standards as per the Department of Defense’s Unified Facility Criteria, and include designated or open parking. This procurement is crucial for supporting operational needs, with an initial lease term of five years intended. Interested parties should submit expressions of interest, including building details and rental rates, to Mark Hansen at mark.hansen@usace.army.mil by December 31, 2025, as this is a request for information only and not a solicitation for offers.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    US Air Force Recruiting Center — Flushing NY
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1,500 square feet of commercial office space, along with parking for four vehicles, located within a quarter-mile radius of 36-40 Main Street, Flushing, New York. The office space must include a secondary egress and adhere to the Government form of lease requirements. This procurement is essential for supporting the operations of the U.S. Air Force Recruiting Center in Flushing, NY. Proposals are due by 5:00 p.m. on December 15, 2025, and interested parties should contact Stephen Brown at stephen.m.brown@usace.army.mil or by phone at 917-790-8465 for further information.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    Navy Career Center-Alexandria-VA
    Dept Of Defense
    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.