Armed Forces Recruiting Navy Reserve Headquarters Office Space
ID: DACA675250021400Type: Presolicitation
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 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.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) solicits proposals for leasing approximately 4,900 to 5,500 square feet of fully serviced space in Everett, WA. Offers must be submitted by 2:00 p.m. PST on February 28, 2025. The lease will be evaluated based on price and various technical factors, including accessibility, fire safety, layout efficiency, and environmental considerations. Offerors are required to provide detailed pricing information, including a breakdown of operational costs, and must ensure compliance with sustainability and safety standards. Analyzed as part of due diligence, the site must not be within a 100-year floodplain and should not contain hazardous materials. Offerors are urged to familiarize themselves with comprehensive lease documents and specifications included in the RLP package, which outlines the responsibilities and rights of both the Government and Lessor. The Government reserves the right to reject any proposal that does not meet their needs or is deemed uncompetitive. Overall, the document underscores the importance of adherence to regulatory and operational standards in securing a lease for government use.
    The USACE Recruiting Form 1364 is a Rental Proposal Worksheet used by the United States Army Corps of Engineers, Seattle District, to evaluate rental proposals for property leases. The form requires detailed information about the building, such as its location, dimensions, construction dates, and the gross square footage. It outlines various costs associated with leasing the property, including base rent, property taxes, maintenance, and utilities. Owners must provide contact information and sign the document to confirm the proposal. Key lease conditions specify a term of five years, cancellation rights for the government, and requirements for owner property evidence and registration in the System for Award Management (SAM). The document emphasizes that acceptance of the lease and general clauses is mandatory. This proposal form serves to standardize the leasing process for government use, ensuring clarity and compliance with federal guidelines. Overall, it facilitates the procurement of suitable facilities for government operations.
    The document is a lease agreement between the U.S. Government and a Lessor for property use by the U.S. Army Corps of Engineers (USACE). It outlines the terms of the lease, detailing the premises, duration, rental amounts, and responsibilities of both parties. The lease is for five years, with the option to terminate with 90 days’ notice and to renew under specified conditions. Key responsibilities for the Lessor include providing and maintaining utilities, ensuring compliance with building codes, and delivering tenantable premises alongside specified maintenance services. The Lessor must comply with environmental laws, provide adequate parking, and maintain a safe and healthful environment in accordance with applicable regulations. Significantly, the lease emphasizes the Government's reliance on appropriated funds and clearly lays out the conditions for lease termination, renewal rights, and alterations to the premises. The agreement integrates a comprehensive list of clauses and requirements, reflecting a structured approach to managing government property leasing while ensuring regulatory compliance and oversight. This document serves as a technical outline for leasing agreements within federal frameworks and aligns with typical government procurement and real estate practices.
    This document outlines the general clauses related to a lease agreement between the Government and a Lessor for the acquisition of leasehold interests in real property. Key provisions include the Government's right to sublet and assign the lease with the Lessor's consent, compliance with existing mortgages, and requirements for maintenance and inspection of the property. The lease also stipulates conditions for acceptance of the premises, including the necessity for a valid Certificate of Occupancy, and the responsibilities of the Lessor for repairs following any damage. The document emphasizes the obligations of both parties concerning compliance with applicable laws, payment terms, and potential consequences for non-compliance. It also incorporates various federal clauses related to equal opportunity, small business utilization, and anti-kickback measures, reflecting the lease's adherence to federal regulations in the context of government procurement. This comprehensive framework ensures that both the Government and the Lessor understand their rights, responsibilities, and the legal stipulations governing the lease agreement.
    The document outlines the construction and security specifications for Military Recruiting Facilities and Production Offices designated for various Military Services. It emphasizes the requirement for compliance with federal, state, and local codes, particularly the need for prior approval from the Corps of Engineers for any deviations from the specifications. Security measures specify prohibitions on the use of certain foreign technology and mandate that all equipment used must be certified to meet national defense regulations. The document includes detailed requirements for drawings, permits, construction materials, HVAC, plumbing, and electrical systems, as well as specific guidelines for architectural finishes and fixtures. Key deliverables include energy-efficient installations, adherence to environmental sustainability through Energy Star-rated components, and a robust communication infrastructure. Safety requirements emphasize fire protection, emergency egress, and climate control measures within the facilities. Overall, the document serves as a comprehensive guide for contractors and lessors involved in the build-out of military recruiting spaces, ensuring that all designs enhance functionality while maintaining compliance with strict government standards. This rigorous approach reinforces the military's commitment to operational readiness and safety within its facilities.
    The document details a bid proposal worksheet associated with various construction requirements for recruiting facilities managed by the U.S. Army Corps of Engineers (USACE). It outlines essential categories of work including HVAC, plumbing, electrical, communications, safety systems, architectural finishes, signage, and security systems, each specifying the quantity required and a placeholder for pricing. Notably, there are predefined areas such as restroom facilities, paint for specific military branches, and various flooring options, indicating a comprehensive scope of work necessary to meet functional and aesthetic needs. The proposal emphasizes the necessity for bidders to complete all sections of the worksheet, as incomplete submissions may lead to rejection. This process underscores the critical importance of compliance with USACE construction specifications, aiming for effective and standardized facility upgrades to support military functions. Overall, the document serves as a structured framework for contractors to submit bids while ensuring adherence to federal regulations and project requirements.
    The document outlines the specifications for janitorial services required by the U.S. Army Corps of Engineers. The janitorial work is scheduled for twice a week during business hours, with detailed protocols for access and supervision by Military Service Representatives (MSR). The Contractor is responsible for providing all necessary labor and materials, using environmentally friendly cleaning products and adhering to performance guidelines that prioritize cleanliness and safety standards. Key tasks include regular cleaning of offices, restrooms, and common areas, with specific requirements for trash removal, vacuuming, disinfecting high-touch surfaces, and periodic deep cleaning. The Contractor must maintain a Quality Control Program to monitor performance, with inspections and corrective measures in place for deficiencies. Provisions also detail penalties for unsatisfactory service, including payment deductions and potential contract termination. Ultimately, this specification serves as a comprehensive guideline for potential contractors, detailing not only the expected cleaning services but also the overall management structure, quality assurance, and compliance requirements necessary for government facilities. This document aligns with government RFP standards to ensure a high level of service in federal operations.
    The document outlines the representations and certifications required for the lease agreement designated as LEASE NO. DACA6752X00XXX00. It primarily establishes the legal framework around the ownership of the property and the obligations of the Lessor, ensuring they possess the authority to lease. It includes provisions for Taxpayer Identification, advising that all Offerors must submit their TIN to comply with federal reporting requirements, mentioning potential penalties for non-compliance. The document also addresses the Small Business Program representations, specifying NAICS codes and size standards, while providing classifications for various types of small business concerns, such as women-owned and veteran-owned businesses. Additionally, it emphasizes the need for compliance with affirmative action requirements, previous contracts, and registration in the System Award Management (SAM) database—a prerequisite for all contractors. Overall, this document serves to ensure transparency, accountability, and adherence to federal contracting standards, positioning it as a vital component of government lease agreements aimed at safeguarding public interest and supporting small businesses in government procurement processes.
    The Lessor's Annual Cost Statement, governed by OMB Control Number 3090-0086, serves to provide a detailed estimate of the annual costs associated with services and utilities that a lessor provides as part of rental agreements to government entities. The document contains two sections: the first outlines estimated costs for various services—including cleaning, heating, electrical, plumbing, and maintenance—both for the entire building and specifically for government-leased areas. The second section focuses on the estimated annual costs of ownership exclusive of capital charges, which includes taxes, insurance, and management expenses. Instructions highlight the need for accuracy in estimating these costs to reflect prevailing community rates, emphasizing the importance of providing a clear and fair market value for the leased space. Upon completion, the lessor must certify that their estimates are the best approximation of actual annual costs. This systematic approach illustrates the federal government's commitment to transparency and accountability in real estate transactions, ensuring efficient use of public resources.
    The document presents a Certificate of Authorization related to Lease No. DACA67523000__00, which verifies the corporate structure of the Lessor involved in the lease agreement. It includes fields for the name and title of the individual certifying the document, along with the name of the person who signed the lease on behalf of the corporation or LLC. The certification confirms that the signature is sanctioned by the governing body of the corporation or LLC and falls within its authorized powers. The document is formatted to be completed with specific details, such as the date of certification and an official seal of the corporation, underscoring its formal nature. This certificate is critical for compliance in government RFPs, ensuring that entities entering lease agreements are recognized legal entities, thereby facilitating transparency and accountability in public contracting processes.
    The document serves as a Certificate of Authorization concerning Lease No. DACA67523000__00, specifically addressing the partnership structure relevant to the lease agreement. It is a declaration from one of the General Partners, referred to as Partner X, confirming their identity and authority to act on behalf of the Partnership named as Lessor in the lease. Partner X also certifies that another individual, named Partner Y, has the authority to bind the Partnership as a General Partner due to the powers outlined in their Partnership Agreement. The form includes spaces for signatures, dates, and a corporate seal, signifying official endorsement. This document contextually relates to government Request for Proposals (RFPs) and leases, ensuring all parties involved in the lease are duly authorized, which is critical for compliance with federal and local regulations.
    The document serves as an Agency Agreement and Authorization for a Property Manager to act on behalf of a property owner in leasing arrangements with the government. It certifies that the specified individuals are the legitimate owners of a property intended for government lease. The document emphasizes the authority granted to the named agent, allowing them to execute the lease, handle financial transactions, oversee property maintenance, and release obligations related to the lease on the owner's behalf. It requires the owner's signature and printed name, confirming their authorization and commitment to the agreement's terms. This formalized acknowledgment is essential for ensuring that the agent acts within their designated authority, which is critical in the context of federal RFPs and grants where legal and official representations must be clearly delineated.
    Lifecycle
    Title
    Type
    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.
    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.
    New Office Navy Reserves Recruiting Center- Virginia Beach, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 4,651 to 5,534 usable square feet of office space in Virginia Beach, VA, to serve as a new Navy Reserves Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential operational requirements such as 24-hour unrestricted access, adequate communication infrastructure, and designated parking for government vehicles, while adhering to federal regulations regarding accessibility and environmental considerations. Proposals must be submitted by 2:00 PM EST on February 28, 2025, with evaluations based on price and technical factors, and interested parties can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or Velta Williams at velta.i.williams@usace.army.mil for further information.
    Army Recruiting Center Newport News, VA
    Buyer not available
    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 Newport News, Virginia. The Government requires a minimum of 2,400 to a maximum of 2,000 gross rentable square feet of space, with a full-service lease that includes base rent, common area maintenance (CAM), utilities, and janitorial services for a term of five years, along with non-exclusive parking for government vehicles available 24/7. This procurement is crucial for establishing a functional recruitment facility that meets specific operational and security standards, ensuring compliance with federal regulations and local building codes. Interested parties must submit their proposals by February 11, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.
    DACA675250018000 - United States Army Corps of Engineers (USACE) seeks to lease approximately 772 - 965 gross square feet of retail space in Roseburg, OR 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 772 to 965 gross square feet of retail space in Roseburg, Oregon, 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 for location, accessibility, and compliance with safety and environmental standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that is accessible and meets government specifications. Interested parties must submit their proposals electronically by February 14, 2025, and can direct inquiries to Matthew James or Ryan Maas at the provided contact information.
    Armed Forces Recruiting Center- Hampton, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for an Armed Forces Recruiting Center in Hampton, Virginia. The requirement is for a commercial storefront space ranging from 3,000 to 3,500 gross rentable square feet, with a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years. This facility will serve as a vital location for military recruitment efforts, necessitating compliance with various safety, environmental, and accessibility standards. Interested parties must submit their proposals by February 11, 2025, and can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further information.
    DACA675250016500 - United States Army Corps of Engineers (USACE) seeks to lease approximately 26 gross square feet of communication tower space on Crawford Mountain, WA for operation and maintenance of communication equipment
    Buyer not available
    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 26 gross square feet of communication tower space on Crawford Mountain, Washington, for the operation and maintenance of communication equipment. The lease will have an initial term of 12 months, with four optional annual renewals, totaling a potential five-year term. This procurement is crucial for ensuring reliable communication capabilities for government operations, and the selected site must meet specific requirements, including secure storage for equipment, 24-hour access, and compliance with safety and environmental regulations. Interested parties must submit their proposals electronically by February 28, 2025, and can direct inquiries to Rora Oh or Ryan Maas at the provided contact information.
    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.
    Lease Acquistion
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 55,300 usable square feet of commercial office space located within a 9-block radius east of the Pentagon City Metro Station in Arlington, Virginia. The procurement requires the use of a Government Lease and excludes shell space, with proposals needing to include the proposed rental amount covering common area maintenance, taxes, and insurance. This opportunity is crucial for the Army's operational needs, ensuring adequate office facilities for its personnel. Interested parties must submit their proposals by 12:00 pm on the expiration date of the solicitation and can obtain additional information from Tiffani Smith at tiffani.l.smith@usace.army.mil or by phone at 410.854.0745.
    U.S. Government Space Required: Palo Alto, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Palo Alto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 1,001 rentable square feet of space, with a lease term not exceeding five years and specific parking provisions for 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 to Sylvia Markham by 12:00 PM PDT on February 14, 2025, including necessary documentation to establish representation rights.