DACA675250014400-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,000-11,409 square feet of office space in Washington for an Armed Forces HQ Career Center
ID: DACA675250014400v2Type: 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 to lease approximately 7,000 to 11,409 square feet of office space in Seattle, Washington, for an Armed Forces Headquarters Career Center. The procurement aims to secure a fully serviced lease that includes office and storage space, with specific requirements for accessibility, parking, and compliance with safety and environmental standards. This opportunity is crucial for providing operational support to military recruitment efforts, ensuring that the facility meets the necessary government specifications. Interested parties must submit their proposals electronically by March 21, 2025, and can direct inquiries to Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) has issued Request for Lease Proposals (RLP No. DACA675250014400) for a fully-serviced lease in Seattle, Washington, due by March 21, 2025. The proposal seeks approximately 11,409 square feet of space, including office and storage areas, with specific access and infrastructure requirements, such as 24-hour access, parking for government and private vehicles, and communication facilities. Potential Offerors must adhere to various conditions outlined in the RLP, including accessibility compliance, fire safety standards, and environmental considerations, including the absence of hazardous materials. The evaluation of proposals will focus on both pricing and technical factors, including location, accessibility, and overall building quality. The Government may negotiate with Offerors but aims to award a lease based on the best overall value. Offerors must submit proposals via email, including specific documentation to ensure compliance with government regulations. The process highlights the importance of environmentally sustainable practices and proper hazard assessments in obtaining government contracts. This RLP underscores the government’s commitment to securing functional and compliant premises for its operations.
    The USACE Recruiting Form 1364 outlines a rental proposal for the United States Army Corps of Engineers, Seattle District. It provides a structured worksheet to gather essential details about the property being leased, including the building's address, gross square footage, and financial obligations like base rent, property taxes, and utility costs. The document also lists maintenance requirements and owner contact information, along with a signature section for approval. Key lease terms include a five-year duration, with specific cancellation rights for the government and requirements for parking spaces. Notably, interested entities must provide evidence of property ownership and be registered in the System for Award Management (SAM) to be eligible for lease awards. This form is part of the federal government's procurement process, facilitating the leasing of space for agency needs while adhering to regulatory guidelines.
    The document outlines a leasing agreement between a Lessor and the U.S. Army Corps of Engineers (USACE) for a property designated for government use. The lease is established under the authority of federal laws and is effective for five years, contingent upon the availability of funds. It details the premises to be leased, the rent to be paid, maintenance responsibilities, and the utilities that the Lessor is obliged to provide. Key points include: - Rent specifics, including the payment terms, and the Lessor's obligation to provide utility services and maintenance. - Termination rights allowing the government to terminate the lease with a 90-day notice. - Conditions for alterations requested by the Government and the required compliance with building codes and safety standards. - Obligations related to emergency repairs, insurance, and due diligence regarding environmental impacts. The detailed sections ensure both parties understand their responsibilities and encourage compliance with federal regulations. This document is a typical government request for proposal (RFP) setting, ensuring transparency and adherence to legal and safety standards for leased properties utilized by government entities.
    The document outlines the general clauses applicable to a government lease (Lease No. DACA675250014400) encompassing various legal and operational parameters. Key provisions include conditions for subletting, assignment, succession, maintenance, and compliance with applicable laws. It emphasizes the government's rights concerning occupancy, payment terms, and the lessor's obligations to maintain the property in a tenantable condition, ensuring adherence to safety standards. Provisions address the government’s ability to occupy leased space incrementally and detail consequences for the lessor's defaults, allowing the government to take necessary corrective actions. Further clauses include requirements for maintenance, inspection rights, payment schedules, and stipulations for handling fire and casualty damages. The document includes extensive protections against violations of fair competition laws, establishes terms for electronic payment, and mandates equal opportunity principles in employment practices. Overall, the main purpose of this lease document is to delineate responsibilities and rights of both lessor and the government, ensuring clarity in lease management and compliance during the lease term while protecting government interests in terms of property usability and legal compliance.
    This document outlines the construction and security specifications for Military Recruiting Facilities, delineating the responsibilities of Lessors and Contractors in relation to compliance with federal laws and standards. The specifications cover critical areas such as the required Architectural and Engineering (AE) drawings, building codes, mechanical systems, plumbing, electrical installation, communication setups, safety measures, and architectural finishes. Key components include pre-approval from the Corps of Engineers for any deviations from the plans and certification regarding the origin of electronic security products, prohibitively sourced from certain companies linked to foreign entities. Additionally, comprehensive guidelines are set for HVAC systems, restroom facilities, and communication board installations for each military service. Energy efficiency, safety, and compliance with building codes are emphasized throughout, establishing a structured approach to building-out recruiting offices that meet both operational needs and regulatory standards. Overall, the document lays a foundation for secured, compliant, and functional military facilities that serve the essential role of recruitment and outreach.
    The document is a bid proposal worksheet for a federal contract related to the construction and renovation of recruiting facilities. It outlines various categories of work required, including HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, security systems, and associated costs. Each category lists sub-items with a quantity of one, indicating a standardized approach for bidders to submit their proposals with accurate pricing and necessary details. Detailed notes emphasize that the entire worksheet must be completed fully to avoid rejection of offers by the U.S. Army Corps of Engineers (USACE). The document serves as a guideline for contractors to ensure comprehensive compliance with specific construction requirements and quality standards outlined in the USACE specifications. The final total bid amount sets a clear expectation for the overall financial proposal. By providing structure and clarity, the worksheet facilitates a transparent bidding process for government contracts, ensuring that all essential elements are accounted for in project proposals.
    The document outlines the specifications and requirements for janitorial services to be provided for U.S. Army Corps of Engineers leased spaces. Services are required twice or three times a week, depending on facility size, during regular business hours. Key responsibilities include cleaning restrooms, offices, and common areas, using environmentally friendly products, and specifying a variety of tasks such as trash removal, vacuuming, and disinfecting high-touch surfaces. Quality control measures are mandated, including regular inspections and the completion of a Janitorial Services Checklist, which must be validated by Military Service Representatives (MSRs). Contractors must manage schedules meticulously, ensuring minimal disruption to government operations. They need to provide their own equipment and adhere to specified cleaning protocols, including background checks for personnel. Performance evaluations will determine acceptable service levels, with penalties for unsatisfactory work potentially leading to contract termination. The document emphasizes a structured approach to maintain cleanliness and operational standards, reflecting government commitment to a healthy working environment while navigating compliance and efficient service deliverables.
    The Lessor's Annual Cost Statement is integral for lessors providing rental spaces to the government. It requires detailed estimates of annual costs related to services and utilities offered as part of the rental agreement, including cleaning, heating, electricity, plumbing, and maintenance. The document is organized into sections requesting specific information about the total costs of these services for both the entire building and the portion leased to the government. Additionally, it includes sections for ownership costs unrelated to capital charges, such as real estate taxes, insurance, and maintenance expenses. The GSA outlines clear instructions for estimating these costs and emphasizes adherence to community rental scales to ensure fair pricing. The certification section mandates the lessor to affirm the accuracy of their cost estimates. This document is essential for assessing the fair market value of leased spaces, influencing government leasing decisions to uphold budgetary and compliance standards.
    The document outlines the Certificate of Authorization related to Lease No. DACA675250014400. It certifies that a designated individual, who serves as the Secretary or principal of the named corporation or LLC, affirms the validity of the lease agreement. The individual has the authority to sign on behalf of the corporation or LLC, as permitted by its governing body. This certification is essential for ensuring that the lease is executed properly and that it complies with the organizational structure and legal requirements of the corporation/LLC involved. The document includes spaces for the date, signer’s name, title, and corporate seal, substantiating its formal nature. This type of certificate is often required in the context of federal government bids and grants to establish authority and legitimacy in contractual agreements within various government RFPs and compliance with applicable regulations.
    The document is a Certificate of Authorization related to Lease No. DACA675250014400, confirming the general partnership structure of the Lessor. It identifies two partners, Partner X and Partner Y, with Partner X certifying their role as General Partner while also asserting that Partner Y possesses the authority to bind the Partnership by virtue of the Partnership Agreement. This certification serves as an official endorsement of the lease by the partners, ensuring legal accountability and compliance within the partnership regarding the obligations in the lease agreement. The structure allows for verification of authority within the partnership, a necessary component when engaging in government contracts, such as RFPs or grants, which require clear representation and legal standing of the entities involved.
    The document serves as an official certification from a property owner (Lessor) granting authority to an appointed agent to act on their behalf regarding a lease agreement with the government. It confirms that the agent has the legal power to sign the lease and manage all related activities, including financial transactions and maintenance obligations. The owner must provide their name, property address, the agent’s name, and their signature as part of this authorization. This authorization ensures clarity in representation and liability concerning leasing agreements, which is essential in the context of government contracts and agreements. Such practices are critical to maintaining clear lines of authority and responsibility in property management, supporting compliance with federal RFPs and regulations surrounding government leases.
    Similar Opportunities
    DACA675260000800 - United States Army Corps of Engineers (USACE) seeks to lease approximately 4,504 gross square feet of retail space in Everett, WA for an Armed Forces Career Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 4,504 gross square feet of retail space in Everett, Washington, for an Armed Forces Career Center. The lease will be for a full term of 60 months and must include base rent, common area maintenance, utilities, and janitorial services, with specific requirements for location, accessibility, and compliance with safety standards. This facility will play a crucial role in military recruitment efforts, necessitating a professional office setting that meets various operational and security specifications. Interested parties must submit their proposals electronically by March 31, 2025, and can direct inquiries to Donna Seals at donna.k.seals@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.
    Armed Forces Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 5,500 Gross Square Feet of fully-serviced office space in Norfolk, Virginia. The procurement aims to secure a facility that meets specific requirements related to accessibility, fire safety, and environmental compliance, while adhering to local, state, and federal regulations. This opportunity is critical for supporting the operational needs of the Army, ensuring a suitable environment for its personnel. Interested parties must submit their proposals by March 21, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.
    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.
    U.S. Government Space Required: Sacramento, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to negotiate a sole-source lease for professional office space in Sacramento, California. The requirement includes 6,218 rentable square feet of Class A or Class B office space, with a lease term of one year firm, extendable up to five years, and specific operational and security requirements that must be met. This procurement is crucial for supporting the mission of the U.S. Army Corps of Engineers, and interested parties, including building owners and their representatives, must submit their responses by 3:00 PM PDT on March 17, 2025, to Geneva Lee at geneva.lee@usace.army.mil.
    Recruiting Station - Armed Forces Career Center - Orlando, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space of 5,552 to 6,940 gross rentable square feet in Orlando, Florida, to serve as an Armed Forces Career Center. The space must include adequate parking for approximately eighteen government vehicles and is required to be a full-service lease, covering all utilities and janitorial services, with a lease term of five years and government termination rights. This facility will play a crucial role in supporting military recruitment efforts, ensuring compliance with specific operational and security standards outlined in the attached documents. Interested parties must submit their completed Proposal to Lease Space form and associated documents via email to Ana Fraguada at Ana.M.FraguadaVializ@usace.army.mil by 11:59 PM on March 21, 2025, to be considered for this opportunity.
    U.S. Government Space Required: Fresno, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of professional/medical office space in Fresno, CA, for a U.S. Navy Armed Forces Career Center. The requirements include a minimum of 1,760 rentable square feet of office space, with a lease term of one year, extendable up to five years, and specific conditions such as 24-hour access, reserved parking for government vehicles, and compliance with seismic safety standards. This procurement is crucial for establishing a functional recruiting facility that meets operational and safety standards. Interested parties must submit their proposals electronically by 12:00 PM PDT on February 10, 2025, to Quin Davis-Ostrander at quintel.davis-ostrander@usace.army.mil.
    U.S. Government Space Required: San Jose, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of retail office space in San Jose, California, for a U.S. Armed Forces Career Center. The government requires a minimum of 1,108 rentable square feet and a maximum of 1,700 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 capabilities and providing necessary services to the armed forces, with a focus on cost-effectiveness and logistical considerations for relocation. Interested parties must submit their proposals electronically to Madison Devine at madison.devine@usace.army.mil by 9:00 AM PDT on March 18, 2025, including required documentation such as exclusivity agreements and representation letters.
    Army Recruiting Center, Hampton, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a fully serviced lease for the Army Recruiting Center located in Hampton, Virginia. The procurement seeks approximately 1,400 Gross Square Feet of office space, with specific requirements for amenities such as 24-hour access, communication infrastructure, and adequate parking, while ensuring compliance with federal regulations and environmental standards. This opportunity is crucial for supporting the operational needs of the Army in the region, and proposals are due by March 21, 2025. Interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    In Search of Retail Space - Glendale, Az
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the lease of retail space in Glendale, Arizona, specifically for an Armed Forces Career Center. The requirement includes approximately 1,040 gross square feet of existing Class A or B retail space, with a lease term not exceeding five years and specific conditions for accessibility, parking, and compliance with government standards. This procurement is crucial for establishing a facility that supports military recruitment efforts while ensuring a professional environment free from incompatible businesses. Interested parties must submit their proposals by 5:00 PM (Pacific/Arizona Time) on April 11, 2025, and can contact Ms. Mindy Joseph at mindy.l.joseph@usace.army.mil or by phone at (480) 698-1963 for further information.
    U.S. Government Space Required: Daly City, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a lease of approximately 2,130 gross square feet of space in Daly City, California, under Solicitation No. DACA055250032700. The lease is intended for military recruiting facilities and requires compliance with various safety, accessibility, and environmental standards, including provisions for 24-hour access, parking for government vehicles, and necessary communications infrastructure. This opportunity is crucial for supporting military operations and ensuring that the facilities meet federal guidelines for security and functionality. Interested offerors must submit their proposals by March 24, 2025, at 5:00 PM PST, and can direct inquiries to Madison Devine at madison.devine@usace.army.mil.