DACA675250031400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 70' x 77' of land on Capitol Peak, in Thurston County, WA State for the operation and maintenance of communication equipment.
ID: DACA675250031400Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Other Real Estate Property (53119)

PSC

LEASE/RENTAL OF ELECTRONIC AND COMMUNICATIONS FACILITIES (X1BG)
Timeline
    Description

    The United States Army Corps of Engineers (USACE) is seeking proposals to lease approximately 70' x 77' of land on Capitol Peak, near Olympia, Washington, for the operation and maintenance of communication equipment. The lease will have an initial term of 12 months, with options for four additional 12-month renewals, totaling a potential five-year agreement. This opportunity is crucial for ensuring the government has a secure and accessible site for its communication infrastructure, which is vital for military operations. Interested parties must submit their proposals electronically by August 15, 2025, and can direct inquiries to Marie Sandgathe at issa.m.sandgathe@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) is requesting lease proposals (RLP No. DACA675250031400) for a one-year lease with four optional renewals for a 70' x 77' area of land on Capitol Peak, WA. Proposals must be submitted by August 15, 2025, by 11:59 p.m. PST to the designated email address. The lease will require 24-hour access, a secure storage building for communication equipment, access rights to an access road, and provision of electricity. The RLP includes various requirements, such as compliance with accessibility standards and environmental assessments, including no hazardous conditions and adherence to NEPA regulations. Proposals should demonstrate efficient layout and meet fire protection, life safety, and historic preservation standards. Past performance will be evaluated, and the government will favor proposals that represent the best value based on factors like price, location, accessibility, and overall building quality. The successful offeror will enter a formal lease agreement with the USACE.
    The USACE Form 2020 is a Rental Proposal Worksheet used by the United States Army Corps of Engineers (USACE), specifically the Seattle District, for land lease agreements. It collects essential information regarding properties offered for lease, including gross square footage, annual base rent, property taxes, insurance costs, and any additional expenses. The form requires the owner's entity name, contact details, and information about a leasing agent, if applicable. A signature from the owner or authorized agent is mandatory, along with printed name and title. Important notes highlight that proof of property ownership must accompany the proposal, entities must register with the System for Award Management (SAM) to be considered, and acceptance of U.S. Government General Clauses is obligatory for lease awards. This document is part of the broader context of federal requests for proposals (RFPs) and grants, facilitating the acquisition of land for governmental purposes while ensuring compliance and proper validation of ownership.
    The document is a comprehensive federal lease agreement between the U.S. Army Corps of Engineers (USACE) and a lessor for the rental of property for government purposes. It outlines key terms and conditions such as the lease term, rental amounts, maintenance responsibilities, and rights of both parties. The lease structure includes sections detailing the premises, rent agreements, express appurtenant rights, maintenance obligations, termination and renewal rights, and clauses concerning alterations and emergency repairs. The government emphasizes the need for compliance with federal, state, and local laws, as well as maintaining safety standards and conditions suitable for military operations. Specific responsibilities for the lessor include providing utility services, ensuring tenantable conditions, and handling emergencies or repairs promptly. The document also includes stipulations regarding lease modifications, insurance provisions, and potential default scenarios. The purpose of this lease is to establish a formal arrangement for the usage of properties by the government while ensuring all legal, operational, and maintenance duties are met, ultimately facilitating effective government operations at leased facilities.
    The document outlines the general clauses for acquiring leasehold interests in real property for leases at or below the Simplified Lease Acquisition Threshold (SLAT). It includes 12 key clauses, related to responsibilities and rights of both the lessor and the government, emphasizing maintenance, compliance with laws, inspection rights, and obligations in case of default. The lessor must maintain the property in good condition and allow government inspections, while the government can terminate the lease if the property is damaged or the lessor defaults on obligations. Key clauses address fire damage, maintenance of health and safety standards, and adjustments based on square footage and rent. The agreement stipulates compliance with various federal regulations, ensuring information systems protection and non-discrimination in employment practices. Overall, this document serves as a framework for governing lease agreements, prioritizing health, safety, legal compliance, and effective communication between parties involved in federal leasing processes.
    This document outlines the representations and certifications required for a lease agreement between a Lessor and the Government (Lease No. DACA675250031400). It emphasizes that the Lessor must legally own the property and have the authority to lease it, with indemnification clauses for any failures related to ownership. It also includes requirements for providing a Taxpayer Identification Number (TIN), addressing debt collection and tax reporting obligations, and listing various types of business structures. Small business program representations detail size standards and require disclosures related to small business status and ownership demographics. Compliance with previous contracts and affirmative action programs is mandated for leases over $10,000. Additionally, the document specifies the necessity of registration in the System Award Management (SAM) database before contract award, detailing the submission requirements and the importance of accurate data maintenance. Overall, this documentation establishes essential legal and compliance frameworks for entities wishing to engage in lease agreements with the Government, ensuring transparency and adherence to regulations.
    The document presents a Certificate of Authorization related to Lease No. DACA675XX00XXX00, confirming the legal capacity of a corporation or LLC as the Lessor. It includes a formal declaration by an individual, designated as the Secretary or principal of the entity, certifying the authority of another individual, the Signor, who executed the lease on behalf of the corporation or LLC. The document is structured to require the name and title of the witness, the name of the signatory, a verification of authority, and space for the corporate seal. This certificate serves to validate the lease agreement's legitimacy and ensure compliance with corporate governance standards, which is significant in the context of federal requests for proposals (RFPs), federal grants, and state/local RFPs by establishing legal accountability and authenticity for contractual obligations.
    The document is an agency agreement that authorizes a property manager to act on behalf of a property owner in relation to a lease with the government. The purpose of this certificate is to affirm that the individual signing the lease on behalf of the owner holds the necessary authority under their Property Management Agreement. The owner certifies their ownership of a specific property to be leased to the government and confirms that their designated agent is authorized to sign the lease and manage all associated matters. This includes responsibilities such as collecting payments, maintaining the property, and addressing any amendments related to the lease. The structure of the certificate includes spaces for the owner’s and agent’s names, the property address, as well as a designated area for the owner’s signature and title, validating the agreement. This document serves a critical function in government leasing processes, ensuring that all parties involved clearly understand and affirm the authority of the agent managing the lease, thus facilitating a smoother engagement with government entities. It underscores the importance of proper authorization in federal, state, and local RFP activities where property leasing is concerned.
    Similar Opportunities
    Lease for enhanced use of up to 1,065 acres of land
    Buyer not available
    The Department of the Army is soliciting proposals for an Enhanced Use Lease (EUL) for up to 1,065 acres of land at the Pine Bluff Arsenal in Arkansas. The objective is to engage private, public, or not-for-profit entities to design, finance, develop, and operate a manufacturing facility on the leased property, with a lease term of 50 years and an option for a 25-year renewal. This initiative aims to maximize financial returns for the Army while ensuring compliance with all applicable federal, state, and local regulations. Interested parties must submit their proposals detailing project plans, financial capabilities, and organizational structures, with all development costs being the sole responsibility of the selected Offeror(s). For further inquiries, contact Lisa Grossman at lisa.grossman@usace.army.mil, and ensure registration on sam.gov to receive any amendments to the RFP.
    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.
    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.
    Lessors of Nonresidential Office Space for Lease
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking lease proposals for approximately 4,981 gross square feet of office and related space in St. Joseph, Missouri, for a term of up to five years. The procurement aims to secure a facility that meets specific requirements, including 24-hour unrestricted access, communication infrastructure, direct exterior access, and lighted parking, as the current lease is set to expire. This opportunity is crucial for ensuring the Government's operational needs are met in a suitable environment, with the award based on the best value considering price and technical factors. Interested lessors must submit their proposals by December 15, 2025, at 8:00 AM CDT, and can contact Kathy Cherrito at katherine.a.cherrito@usace.army.mil or 816-389-3821 for further information.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    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.
    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.
    U.S. Government Space Required in Modesto, CA
    Buyer not available
    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. Armed Forces Recruiting Office - Wytheville, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,960 usable square feet of retail space in Wytheville, Virginia. The lease is intended for a fully-serviced agreement lasting up to five years, with specific requirements including 24-hour unrestricted access, communication infrastructure, and lighted parking. This opportunity is crucial for supporting the operational needs of the U.S. Armed Forces Recruiting Office in the area. Proposals must be submitted by 3:00 PM EST on December 18, 2025, and interested parties can contact Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil or by phone at 757-675-5720 for further information.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located on the North Fork Toutle River in Cowlitz County, Washington. The project aims to construct an enhanced sediment retention structure to increase storage capacity and manage river flows, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is critical for improving flood management and sediment control in the region, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further details.