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 office space in Saint Louis, Missouri, under Lease Number DACA-31-5-2025-0114. The procurement requires a space ranging from 4,500 to 5,000 square feet, located on the second floor or above, with 24-hour access and adequate communication and parking facilities. This leasing opportunity is crucial for fulfilling the operational needs of the government while ensuring compliance with environmental regulations and safety standards. Proposals are due by March 7, 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 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.
    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 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
    DACA675260000400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,500 gross square feet of office space in Hayden, ID for a USACE Recruiting Office
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,500 gross square feet of office space in Hayden, Idaho, for a USACE Recruiting Office. The procurement requires a fully serviced lease that includes specific features such as 24-hour access, communication infrastructure, and adequate parking for government vehicles. This office space is crucial for supporting military recruitment efforts and ensuring operational efficiency within the region. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Colin Loberg at colin.g.loberg@usace.army.mil or Rora Oh at Rora.Oh@usace.army.mil for further details.
    Lease Acquisition
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the lease acquisition of approximately 2,000 square feet of contiguous office space in Lexington, Kentucky. The procurement aims to secure a facility that meets federal standards for safety, accessibility, and environmental compliance, ensuring it is suitable for government operations. This opportunity is crucial for providing the necessary infrastructure to support the Army Corps' activities in the region. Proposals are due by March 7, 2025, and interested parties should contact Stacy Kohan at stacy.i.kohan2@usace.army.mil or Jacob Purcell at jacob.a.purcell@usace.army.mil for further details.
    ARMED FORCES CAREER CENTER
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking a lessor for the Armed Forces Career Center located in Fairview Heights, Illinois. The procurement involves leasing office space that meets specific requirements for military recruiting facilities, including compliance with federal, state, and local building codes, as well as energy efficiency standards. This opportunity is crucial for providing functional office space that supports military recruitment efforts while ensuring adherence to various legal and safety standards. Interested parties can contact Kelly Black at kelly.r.black@usace.army.mil or Andrea Heger at andrea.g.heger@usace.army.mil for further details, with the lease agreement running from 2021 to 2026, contingent on annual appropriations.
    Request for lease Office Space in Freeport/Lake Jackson Area
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Galveston, is seeking proposals for the lease of office space in the Freeport/Lake Jackson area of Texas. The government requires between 2,200 to 2,500 rentable square feet of modern office space, which must include a minimum of 7 secured parking spaces and 10 additional parking spaces for government employees and guests. This procurement is crucial for ensuring that the Army has a suitable and accessible workspace that meets federal standards, including compliance with the Architectural Barriers Act Accessibility Standard. Interested parties must submit their proposals by March 4, 2025, and can contact Micaela Kinsey at Micaela.E.Kinsey@usace.army.mil or by phone at 409-766-3115 for further details.
    The Baltimore District, U.S. Army Corps of Engineers is soliciting lease proposals for approximately 90,180 net usable square feet of storage space located within 1 mile radius of 1 Overcash Avenue, Chambersburg, Pennsylvania.
    Buyer not available
    The Baltimore District of the U.S. Army Corps of Engineers is soliciting lease proposals for approximately 90,180 net usable square feet of storage space within a one-mile radius of 1 Overcash Avenue, Chambersburg, Pennsylvania. The procurement aims to secure compliant facilities that can accommodate at least 10 personnel, including necessary amenities such as restrooms, offices, and parking, while adhering to Anti-Terrorism/Force Protection standards. This opportunity is crucial for supporting federal operations in the area, with proposals due by 1700 on February 28, 2025, and lease execution anticipated between March 31 and April 30, 2025. Interested parties should contact Jessica Brannon at jessica.e.brannon@usace.army.mil or call 667-434-2068 for further details.
    The Baltimore District, U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1300 usable square feet of commercial retail space located within a one (1) mile radius of Metro Centre at Owings Mills, MD 21117
    Buyer not available
    The Baltimore District of the U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1,300 usable square feet of commercial retail space within a one-mile radius of Metro Centre at Owings Mills, Maryland. The leased space must include a secondary egress and provide adequate parking for three government vehicles, both during the day and overnight, and must comply with government lease requirements. This opportunity is critical for establishing a Joint Recruiting Facility, ensuring that the space meets operational needs and adheres to federal regulations regarding safety and maintenance. Proposals are due by 5:00 PM on February 28, 2025, and interested parties should contact Jessica Brannon at jessica.e.brannon@usace.army.mil or call 667-434-2068 for further details.
    Army Recruiting Center, Gloucester, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a fully serviced lease for an Army Recruiting Center in Gloucester, Virginia. The procurement requires approximately 1,400 gross square feet of space that meets specific accessibility and communications infrastructure needs, with a lease term of up to five years and provisions for 24-hour access and adequate parking. This opportunity is crucial for establishing a functional and compliant space for government operations, emphasizing sustainability and safety standards. Interested parties must submit their proposals by March 12, 2025, and can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further details.
    Retail Space to Lease - Santa Maria, Ca
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for a fully serviced lease of approximately 5,724 gross square feet of retail space in Santa Maria, California. The procurement aims to secure a facility that meets specific requirements, including 24-hour access, adequate communications infrastructure, and designated parking for government vehicles, while ensuring compliance with safety and environmental regulations. This opportunity is critical for supporting military recruitment operations, emphasizing the need for a secure and functional space that adheres to federal standards. Proposals are due by February 15, 2025, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.
    Armed Forces Career Center-Philadelphia-PA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,850 usable square feet of commercial retail space in Philadelphia, Pennsylvania, specifically within a one-mile radius of 7700C Crittenden St. The space must include a secondary egress and provide adequate parking for six government vehicles, both during the day and overnight, and must adhere to government leasing standards. This procurement is crucial for establishing a functional Armed Forces Career Center, ensuring compliance with various regulations and maintenance obligations as outlined in the draft lease agreement. Proposals are due by 5:00 PM on February 27, 2025, and interested parties should contact Malcolm I. Brooks at malcolm.i.brooks@usace.army.mil or by phone at 410-962-9320 for further details.
    OFFER TO LEASE APPROXIMATELY 1350 RENTABLE SQUARE FEET OF EXISITING SPACE IN LUBBOCK, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 1,348 to 1,680 gross square feet of space in Lubbock, Texas, intended for a U.S. Marine Corps Recruiting Office. The lease is set for a duration of five years, with a 30-day termination option for the government after the first year, and the desired occupancy date is September 1, 2025. This procurement is crucial for establishing a functional facility to support military recruitment efforts, ensuring compliance with energy efficiency standards and adequate space for government vehicles. Interested parties must submit their proposals by March 7, 2025, to Ashley Lee at ashley.a.kelley@usace.army.mil, with preliminary submissions due by February 21, 2025.