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
ID: DACA675260000400Type: 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 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.

    Files
    Title
    Posted
    The USACE Recruiting Form 1364 outlines the required details for rental proposals aimed at leasing property for the United States Army Corps of Engineers (USACE), specifically for the Seattle District. It includes sections for property identification, construction details, rental costs, and owner information. Key components involve base rent, property-related expenses like taxes and maintenance, and specifics about utilities. The proposal must cover a lease term of five years with particular cancellation rights favoring the government. Additional requirements include evidence of ownership and a reminder for entities to register with the System for Award Management (SAM) to be eligible for leasing. The document reflects USACE's structured approach towards acquiring functional spaces while ensuring compliance with federal regulations.
    The document outlines the terms and conditions of a government lease agreement between the U.S. Army Corps of Engineers (USACE) and a lessor for a property designated for government use. It details the lease term of five years, renewal and termination rights, and the obligation of the government to pay rent contingent upon available appropriated funds. The lessor is required to provide specified services, maintain the premises, and ensure compliance with applicable building codes and safety regulations. Additionally, the document includes provisions for alterations, emergency maintenance, insurance certification, and rights concerning environmental compliance under federal laws. The structure emphasizes the responsibilities of both parties, definitions of terms, and specific requirements for property maintenance, rent payments, and inspections. This lease serves as a formal agreement facilitating government operations within the leased space, ensuring that all work conducted meets safety and regulatory standards.
    This document outlines the general clauses related to a lease agreement between the Government and a Lessor under Lease No. DACAXX5XXXXXXX00. Key clauses include provisions for subletting and assignment (permitting the Government to sublet while retaining obligations to the Lessor), compliance with applicable laws, maintenance responsibilities, and conditions for acceptance of the leased space. Significant details cover defaults by the Lessor, emphasizing the Government's rights to terminate the lease or deduct costs if obligations are unmet. The sections also establish requirements for prompt payment, stating rent payment terms and protocol for invoice requirements. Additionally, the document identifies applicable compliance and reporting regulations concerning telecommunications equipment and anti-kickback procedures. The lease requires that both parties maintain mutual obligation, ensuring that the Government's rights as a sovereign entity are preserved. The integration and specificity of these clauses reflect the Government's intention to create a clear and enforceable lease arrangement that meets regulatory and operational needs. Overall, this agreement aims to ensure that both parties understand their rights and obligations, fostering legal compliance and operational efficiency within government leasing operations.
    The document outlines construction and security specifications for military recruiting facilities leased by the government. It specifies that each military service must adhere to designated standards, requiring prior approval from the Corps of Engineers (COE) for any significant modifications from the approved plans. The specifications emphasize compliance with the 2019 National Defense Authorization Act, prohibiting the use of specific telecommunications equipment from certain sources, notably entities associated with China. The leaseholder is responsible for obtaining all necessary permits, coordinating architectural and engineering (AE) drawings with the COE, and ensuring all constructions meet federal, state, and local standards. Key design elements include specified HVAC systems, plumbing requirements, electrical outlets, and fire safety protocols, along with standards for windows and doors. Constructed spaces must feature energy-efficient materials and systems, with a strong emphasis on security measures, accessibility, and functionality for military operations. The document aims to provide a detailed framework for the design and construction process, ensuring facilities meet strict regulatory and operational standards for military service use.
    The Recruiting Facilities Program bid proposal worksheet is a detailed outline for contractors submitting proposals for construction projects related to military recruiting facilities. The document specifies multiple categories, including HVAC, plumbing, electrical, communications, safety equipment, and architectural finishes. Each category lists particular items required, such as restrooms, various types of lighting, flooring materials, and security systems, with a designated quantity and unit price placeholder. Key directives include the necessity for compliance with construction specifications outlined in an accompanying appendix and the requirement for completeness in the proposal submission to avoid rejection. Additionally, sections for overhead costs, insurance, taxes, and management fees underscore the comprehensive financial planning required for the bid. Overall, this worksheet serves as a structured blueprint for contractors to follow, facilitating consistency and thoroughness in responding to government RFPs while ensuring the project aligns with military standards for functionality and safety. Compliance with the outlined criteria is critical for successful proposals, highlighting the significance of detailed planning in the construction industry.
    The document outlines the specifications and requirements for janitorial services to be provided at U.S. Army Corps of Engineers leased facilities. It establishes a cleaning schedule—either two or three days per week—dictated by facility size, with all services conducted during normal working hours, and stipulates that no keys or access codes are to be issued to contractors. A Military Service Representative (MSR) is mandated to be present during cleaning sessions, and both contractors and MSRs must report no-shows immediately. The contractor is responsible for providing all cleaning supplies and must use environmentally friendly products, including specific alcohol solutions for high-touch surfaces. The service scope includes detailed tasks such as trash removal, vacuuming, disinfecting restrooms, and periodic carpet cleaning, with quality control measures requiring a written Quality Control Program and monthly performance evaluations. The contractor's adherence to cleaning standards will be assessed through inspections, with financial penalties for unsatisfactory performance. All contractor personnel must undergo background checks, and proper identification is necessary while on government property. This document reflects the government's commitment to maintaining clean and safe facilities while ensuring compliance with environmental regulations and quality assurance practices.
    This document is an exhibit titled “Exhibit G: Representations and Certifications” associated with Lease No. DACA6752X00XXX00, outlining critical legal and compliance elements for lessors entering into leases with the government. It begins with a certification of ownership by the Lessor, stipulating that the Lessor must have legal rights to the property and indemnification against potential lease authority failures. The exhibit then details tax payment requirements, including the need for a Taxpayer Identification Number (TIN) and outlines the implications of non-compliance. Next, it addresses small business status under federal guidelines, defining the necessary qualifications, size standards, and compliance obligations for small, minority-owned, and other categories of businesses. Additionally, the document mandates representations regarding previous contracts, compliance reports, and affirmative action program development. It concludes with requirements for registration in the System for Award Management (SAM) database to ensure federal contracting eligibility. The detailed representations and certifications seek to ensure transparency, accountability, and compliance with federal procurement standards in public contracts and leases. Overall, this exhibit serves as a critical component of the federal contracting process, particularly emphasizing the verification of compliance by lessors involved in government leases.
    The Lessor's Annual Cost Statement is a document used by the General Services Administration (GSA) for acquiring leased spaces. It requires the lessor to provide detailed estimations of annual costs associated with services and utilities included as part of the rental charges. The statement is divided into two sections: the first outlines the estimated annual cost of services such as cleaning, heating, electrical, plumbing, and air conditioning, while the second section covers ownership costs excluding capital charges, including real estate taxes, insurance, management costs, and maintenance of the building. The form also provides instructions for calculating rentable space, emphasizing that measurements should reflect the common areas included in rent. Lessors must certify the accuracy of their estimates, which are essential for determining fair market value. The document serves as an important tool for government procurement processes, ensuring transparency and accountability in leasing government office spaces. Its structured nature facilitates precise cost assessments, contributing to effective budget management and resource allocation within federal, state, and local government contracts.
    The document presents a Certificate of Authorization related to Lease No. DACA675__00__00, which is a formal certification needed for corporations or limited liability companies (LLCs) involved in government leases. It asserts that the signatory, identified as the Secretary or principal of the corporation or LLC, verifies the authority of another individual who has signed the lease on behalf of the entity. This certification confirms that the signing authority is within the scope of the organization's powers as granted by its governing body. The document's structure includes sections for the name of the certifying individual, their title, the name of the signer, and a date field, alongside a space for the corporate seal. This Certificate of Authorization is essential in the context of federal RFPs and grants as it ensures lawful commitment and operational integrity in lease agreements associated with government properties or projects.
    This document outlines an agency agreement that designates a property manager to act on behalf of the property owner for leasing purposes. The owner certifies their identity and the location of the property to be leased to the government. The agreement explicitly states that the named agent is legally authorized to sign the lease and bind the owner to its terms, handle financial transactions, manage maintenance issues, and execute all necessary actions related to the lease agreement. The document underscores the importance of clarity in establishing the authority of the agent to ensure compliance during the leasing process. It serves as a procedural safeguard to confirm that the agent can represent the owner in all facets related to the lease, reflecting standard practices in government requests for proposals (RFPs) and agreements.
    The U.S. Army Corps of Engineers (USACE) issued Request for Lease Proposals (RLP) No. DACA675260000400 for a fully serviced lease in Hayden, Idaho, with a deadline for offers on March 13, 2025. The lease entails approximately 3,500 Gross Square Feet and a minimum of 2,978 Net Square Feet, requiring specific features such as 24-hour access, communication infrastructure, and adequate parking for Government vehicles. The document outlines the evaluation and award process based on best value, emphasizing the importance of the proposed rental rate, location, accessibility, fire safety, environmental considerations, and compliance with various regulations including NEPA and asbestos management. Offerors must carefully assess the provided lease forms, submit necessary documentation, and address any environmental concerns associated with the property. The selection process involves negotiation and direct communication with the designated Real Estate Contracting Officer, ensuring that only responsible offers that meet the RLP's stringent conditions are considered. The document serves as a comprehensive guide for potential bidders to understand submission requirements, evaluation criteria, and obligations related to executing a lease with the government.
    Similar Opportunities
    DACA675260000200-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,016-9,233 gross square feet of retail space in Tukwila, WA for an Armed Forces Recruiting Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 7,016 to 9,233 gross square feet of retail space in Tukwila, WA, for an Armed Forces Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential features such as 24-hour access, adequate parking for 25 government vehicles, and necessary communications infrastructure. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency for recruiting personnel. Interested lessors must submit their proposals by January 31, 2025, and can direct inquiries to Jessica Butko at jessica.L.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    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.
    DACA675260000600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,564 gross square feet of retail space in Bellingham, 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 3,564 gross square feet of retail space in Bellingham, 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 layout efficiency. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various safety and operational standards. Interested parties must submit their proposals electronically by February 28, 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.
    U.S. Army Recruiting Center - Murrieta
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for a fully serviced office space in Murrieta, California, under RLP No. DACA095250078200. The procurement requires a lease term of up to five years, with specifications for 1,401 gross square feet and at least 2,320 net square feet, along with essential features such as 24-hour access, connectivity infrastructure, and adequate parking for government vehicles. This opportunity is crucial for the Army's operational needs, emphasizing compliance with safety, environmental regulations, and sustainability practices. Proposals are due by March 13, 2025, and interested parties can contact Michael Husted at michael.a.husted@usace.army.mil or Dustin Ku at Dustin.C.Ku@usace.army.mil for further information.
    Armed Forces Recruiting Navy Reserve Headquarters Office Space
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the lease of office space for the Navy Reserve Headquarters in Everett, Washington. The required space must range from 4,900 to 5,500 gross square feet, located in a professional office area with specific accessibility and safety standards, including compliance with fire safety, security, and environmental regulations. This procurement is crucial for supporting military recruiting operations, ensuring that the facility meets operational needs while adhering to federal guidelines. Interested parties must submit their expressions of interest by February 28, 2025, with occupancy anticipated by August 30, 2025. For further inquiries, contact Kurtis A. Nold at Kurtis.A.Nold@usace.army.mil or by phone at 206-743-2182.
    Army Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a fully-serviced lease of approximately 1,400 Gross Square Feet of office space in Norfolk, Virginia. The leased space must provide 24-hour unrestricted access, necessary communication infrastructure, and adequate parking, while complying with accessibility, fire safety, and environmental standards. This procurement is crucial for housing Army operations and ensuring efficient government functionality. Proposals are due by February 22, 2025, and interested parties can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further information.
    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.
    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.
    OFFER TO LEASE APPROXIMATELY 1500 RENTABLE SQUARE FEET OF EXISITING SPACE IN AMARILLO, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking offers to lease approximately 1,492 to 1,860 rentable square feet of existing office space in Amarillo, Texas, for a five-year term. The leased space will serve as an Army Recruiting Office, with a desired occupancy date of September 1, 2025, and includes provisions for maintenance, janitorial services, and compliance with energy efficiency standards. Interested lessors must submit their proposals, including a flat rental rate and verification of flood plain status, by the specified deadline, with Ashley Lee as the primary contact for inquiries at ashley.a.kelley@usace.army.mil or by phone at 817-886-1091.
    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.