U.S. Government Space Required: San Bruno, CA
ID: DACA055250032700_2Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

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 a full-service lease of retail office space in San Bruno, California, for a U.S. Armed Forces Career Center. The requirements include a minimum of 1,500 rentable square feet and a maximum of 2,130 rentable square feet, with a lease term not exceeding five years and provisions for government termination rights. This procurement is crucial for establishing a functional recruitment facility that meets operational and safety standards, including on-site parking for government vehicles. Interested parties must submit their proposals electronically to Madison Devine at madison.devine@usace.army.mil by 6:00 PM PDT on April 28, 2025, ensuring compliance with all specified requirements and documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Lease Proposals (RLP No. 25-0327) issued by the U.S. Army Corps of Engineers (USACE) for a fully-serviced lease in San Bruno, CA, with proposals due by May 12, 2025. It outlines the requirements for offers, specifying a lease term of up to five years for approximately 2,130 gross square feet of space, with conditions including unrestricted access and adequate parking. The delineated area for proposals is clearly defined, along with the necessary standards for accessibility, fire safety, and seismic compliance. Offerors must submit their proposals via email, adhering to specific submission guidelines, and are responsible for environmental due diligence, including potential asbestos presence. The award will consider factors such as pricing, technical layout efficiency, and past performance, with an emphasis on best value for the Government. The document serves as a comprehensive guide for potential lessors, detailing the Government's criteria and the contractual obligations expected upon award. Overall, the RLP illustrates the structured procurement process for government leasing, emphasizing compliance with regulations and environmental considerations.
    The document is a USACE Recruiting Form 3518, which serves as a Request for Lease Proposals. It outlines various representations and certifications required from Offerors regarding their business status, primarily focusing on small business designations and compliance with federal regulations. The form defines several categories of businesses, including economically disadvantaged women-owned, service-disabled veteran-owned, and women-owned small businesses, and provides the criteria for each designation. It includes specific clauses concerning the offeror's tax status, compliance with veterans' employment, prior contracts, and affirmative action programs. Additional provisions prohibit contracting with entities engaging in certain activities related to Sudan and Iran, and require certification regarding responsibilities and representations about any unpaid federal tax liabilities. The completion of this form is crucial for compliance with federal regulations and to confirm the validity of the Offeror’s claims about their business status while facilitating a transparent contract award process. The document emphasizes the importance of truthful representations to maintain eligibility for government contracts and emphasizes consequences for misrepresentation.
    The document presents the Seismic Offer Forms required for compliance with the “Seismic Leasing Requirements” for federally leased buildings. It outlines the submittals needed from Offerors, including Forms A through D for pre-award and Forms E and F for post-award. These forms verify whether buildings meet specified seismic safety standards, with engineers required to certify compliance by providing relevant documentation. Form A certifies 'Benchmark Buildings' that adhere to accepted seismic safety provisions, while Form B assesses existing buildings for Life Safety Performance Level compliance. Forms C and D address commitments for building retrofits or new constructions, specifying engineer involvement and required safety standards. Forms E and F, used post-award, certify that retrofitted or newly constructed buildings meet applicable safety standards. The document emphasizes the importance of adhering to seismic safety guidelines to ensure safety and regulatory compliance for federal properties, thereby highlighting the federal government's commitment to maintaining safe building environments within vulnerable seismic regions.
    The document details a lease agreement between a private lessor and the U.S. government (specifically, the U.S. Army Corps of Engineers) for a property designated for government use. The lease term lasts five years, with provisions for termination and renewal. It outlines the premises being leased, associated rights for parking, and specifies the government's renumeration obligations, along with detailed conditions for maintenance, emergency repairs, alterations, and compliance with safety and building standards. Additionally, the lessor must maintain the property’s condition and ensure utilities are functional and compliant with applicable codes, including HVAC systems and fire protection measures. The responsibilities for alterations and inspections, along with insurance requirements, are also articulated. This lease reflects the government’s regulatory adherence and strategic planning in securing facility space while prioritizing operational effectiveness and safety standards.
    The document outlines the general clauses applicable to the acquisition of leasehold interests in real property for government leases at or below the Simplified Lease Acquisition Threshold (SLAT). It includes a detailed list of clauses that govern the lease agreements, such as definitions, maintenance responsibilities, fire damage procedures, inspection rights, and compliance with applicable laws. Key clauses establish the Lessor's obligations to maintain properties in good condition and allow government inspections to ensure compliance with safety and health standards. The document emphasizes the government's right to inspect and the consequences of default by the Lessor, along with payment terms linked to the acceptable square footage of the leased space. It also incorporates clauses related to safeguarding sensitive contractor information systems and prohibitions under the Federal Acquisition Supply Chain Security Act. Overall, the document serves as a comprehensive guide to contractual obligations, rights, and requirements for leasing arrangements with federal government entities, ensuring adherence to legal and operational standards throughout the lease period.
    The USACE Recruiting Form 1364 outlines a proposal process for leasing space. It includes detailed sections on the premises, space and rates offered, lease terms and conditions, and owner identification. Key elements encompass property details such as ownership, management, location, dimensions, and associated costs for operating expenses like janitorial services, maintenance, and utilities. Section III emphasizes lease terms, requiring attachments that affirm the offeror’s interest in the property, addressing issues such as flood plains, seismic safety, asbestos presence, and fire/life safety compliance. The document also specifies the need for a completed proposal data section detailing ownership and offeror details. The purpose of this form is to standardize submissions for federal government lease proposals, ensuring compliance with specific conditions essential for engaging potential landlords. This framework not only facilitates organized evaluations but also reinforces the government's commitment to obtain suitable spaces that meet safety and operational standards required for federal use.
    The document outlines construction and security specifications for military recruiting facilities, detailing requirements for leased premises to comply with federal standards. It assigns responsibilities to the lessor for acquiring necessary permits, coordinating with the Corps of Engineers (COE), and ensuring adherence to designs prior to construction. Key standards include prohibitions on equipment from specified foreign entities due to security concerns, and mandates for energy-efficient components. The specifications cover various elements such as mechanical systems (HVAC), plumbing fixtures, electrical installations, and interior finishes, all adhering to stringent building codes. There are explicit requirements for safety measures, including the installation of fire extinguishers, exit signs, and smoke detectors. Architectural finishes include ceiling, wall, and floor specifications that align with proposed designs to ensure functionality and aesthetics. Additionally, the document specifies requirements for doors, windows, and communications systems, emphasizing security and acoustic quality. The comprehensive details reflect the importance of compliance with government standards and operational efficiency within military recruitment environments.
    The document presents a conceptual floor plan related to security camera installations at the Army Shops located at 1150 El Camino Real, Ste 225, San Bruno, CA. The total area of the facility is approximately 2,130 square feet, featuring various designated spaces, including storage rooms, restrooms, and an open area. Key features involve security provisions, including master and sub-station setups for military services, a rekeying of deadbolts to ensure security compliance, and specific installations like a TV monitor. The layout also includes notes on individual service requirements for security setups. This information is essential for the planning and execution of security measures in compliance with government standards. The document underlines the importance of adept organizational structures in federal spaces, particularly regarding security measures and operational functionality in government contexts.
    The document outlines the bid proposal worksheet for the Recruiting Facilities Program, focusing on construction specifications required by the U.S. Army Corps of Engineers (USACE). It details various bid categories, including HVAC, plumbing, electrical, safety equipment, architectural finishes, security systems, and signage, specifying the quantity and unit price for each component. The proposal emphasizes the necessity for contractors to provide comprehensive information as per construction specifications and mandates that the entire worksheet be completed to avoid rejection of the bid. Additionally, it includes provisions for various internal and external elements necessary for facility construction and updates, reflecting compliance with government requirements. The document underscores the importance of adherence to guidelines in federal and state RFPs, ensuring that all aspects of the construction meet required standards and are costed accurately. The total bid proposal amount is listed as $87.00, clearly emphasizing the detailed and organized approach expected in government contracting.
    The document outlines the specifications and requirements for janitorial services to be provided to U.S. Army Corps of Engineers leased spaces. Cleaning services are scheduled for two days a week and must occur between 8:00 a.m. and 4:00 p.m., with the Military Service Representative (MSR) present during cleaning. Contractors are responsible for providing all necessary supplies and must comply with established cleaning protocols, utilizing environmentally friendly products and meeting industry standards. Services include trash removal, vacuuming, disinfecting high-touch surfaces, and maintaining restrooms. Quality control measures mandate routine inspections and determined actions for non-compliance, with potential payment deductions for unsatisfactory performance. The contractor must document all services and maintain effective communication with the MSR. Background checks for all personnel working in federal facilities are required, and identification protocols must be met. The contractor is responsible for managing their workforce and ensuring adequate staffing levels throughout the contract period. Overall, the specifications aim to ensure a clean, sanitized, and properly maintained environment in government facilities, highlighting the importance of compliance and accountability in service delivery.
    The document serves as a Certificate of Authorization for corporations, LLCs, and partnerships involved in a leasing agreement, verifying the authority of individuals signing the lease. It delineates the responsibilities of the Secretary or principal of a corporation or the General Partners within a partnership, confirming that the signatory has the power granted by the governing body or partnership agreement. Each section requires the relevant parties to certify their positions and the authority to bind their entities. The document includes spaces for signatures, dates, and seals, emphasizing the need for official validation. This Certificate is a vital legal formality within federal and state RFPs, as it ensures that the parties entering the lease are recognized and authorized, thereby promoting transparency and compliance in government contracting processes.
    The document is a Request for Lease Proposal (RLP) from the US Army Corps of Engineers (USACE), pertaining to Solicitation # DACA055250032700. It outlines the requirement for leasing space and includes detailed instructions for prospective offerors. Offers must be submitted by May 12, 2025, at 6:00 PM PST, with a provision for extensions if requested in writing. The RLP package consists of 11 enclosed documents, which include various specifications, forms, and clauses relevant to the lease proposal process, all of which must be signed and returned. Offerors are also required to provide additional documentation, such as a grant deed and seismic documentation, alongside the completed RLP package via email. The communication emphasizes the importance of thorough review and adherence to all terms specified within the enclosed documents to ensure compliance and responsiveness. Madison Devine, the Realty Specialist from the USACE Sacramento District, serves as the point of contact for any questions or clarifications regarding the solicitation process.
    The SAM (System for Award Management) Quick Start Guide provides essential information for entities seeking eligibility for government contracts. It defines an “Entity” as a company or organization that must register in SAM, which is free of charge. Those previously registered in the CCR will find their information migrated to SAM but must create a new SAM account. A unique Entity Identifier (formerly DUNS), Taxpayer Identification Number (TIN), and other business details are required for registration. The guide outlines a step-by-step registration process on the SAM website, including creating an account, entering core business data, and completing necessary assertions and certifications. Notably, foreign entities exempt from TIN requirements must provide a NCAGE code. The registration becomes active within 3-5 days following validation by the IRS. Overall, the document serves to facilitate the registration process for entities, ensuring they can effectively bid on federal grants and contracts, addressing the requirements and supporting details necessary for compliance with government procurement procedures.
    This document is a Quick Start Guide for registering entities on SAM.gov, the official U.S. government website for contractors and federal fund recipients. It outlines the registration process necessary to bid on federal contracts and receive government assistance. Key components include entity validation—confirming the existence and uniqueness of a business—which provides a Unique Entity Identifier (ID). Registrants must provide various information, such as the legal business name, physical address, Tax Identification Number (TIN), and banking details if applicable. The guide details the steps for creating a new entity registration, emphasizing the importance of selecting the appropriate registration type, either for all awards or just financial assistance. Each registration requires periodic renewal every 365 days. After submitting the registration, it takes at least ten business days for processing. The document advises assigning multiple Entity Administrators to facilitate administrative tasks and prevent delays in future renewals. This guide is essential for organizations seeking to engage with federal contracts and grants, thereby streamlining compliance through SAM.gov registration.
    The Quick Start Guide for Getting a Unique Entity ID provides essential steps for organizations seeking to obtain a Unique Entity ID through SAM.gov, the official government website for managing government awards. The guidance emphasizes that registering for a Unique Entity ID is free and does not require full registration unless necessary. For entities not yet registered in SAM.gov, the process to obtain a Unique Entity ID involves creating an account, entering essential organizational information, validating entity details, and choosing whether to publicly display the entity in the database. Upon completion, the Unique Entity ID is displayed for immediate use. This registration process is relevant to participants in federal grants and Requests for Proposals (RFPs), ensuring they can effectively engage in government transactions. Overall, the guide serves as a valuable resource for organizations to navigate the requirements for entity identification in federal dealings.
    Lifecycle
    Title
    Type
    Similar Opportunities
    U.S. Government Space Required in TURLOCK, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking a full-service lease for retail office space in Turlock, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,200 rentable square feet of space for a lease term not exceeding five years, with the option for government termination rights, and designated on-site parking for up to ten government vehicles available 24/7. 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 Jessiman at gia.l.jessiman@usace.army.mil or by phone at 916-537-6607.
    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.
    Retail Space to Lease - Fountain Valley, CA
    Dept Of Defense
    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.
    Recruiting - Marine Corps Career Center - Seminole, FL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as a Marine Corps Career Center in Seminole, Florida. The required space must range from 1,140 to 1,215 gross rentable square feet and include specific features such as adequate parking for government vehicles, a private office, workstations, a testing/conference room, and an ADA-compliant restroom. This facility is critical for supporting military recruitment efforts and must adhere to various federal construction and operational standards. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, by email to the designated contacts by 11:59 PM on December 23, 2025. For further inquiries, contact Angela Coimbre at angela.e.coimbre@usace.army.mil or Melissa Gonzalez at melissa.c.gonzalez@usace.army.mil.
    Armed Forces Career Center - Centerville, Georgia
    Dept Of Defense
    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.
    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.
    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.
    Armed Forces Career Center - Hiram, Georgia
    Dept Of Defense
    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.
    Recruiting Office - Armed Forces Career Center - New Port Richey
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as an Armed Forces Career Center in New Port Richey, Florida. The required space must range from 5,161 to 6,240 gross rentable square feet and include adequate parking for approximately fifteen government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This procurement is critical for establishing a functional recruiting facility that meets specific operational needs, including compliance with federal construction and security specifications. Interested parties must submit their proposals, including a completed Proposal to Lease Space form, by email to the designated contacts by 11:59 PM on December 23, 2025, and ensure registration in the System for Award Management (SAM) prior to contract award.
    Armed Forces Career Center - Hinesville, Georgia
    Dept Of Defense
    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.