U.S. Government Space Required: Daly City, CA
ID: DACA055250032700Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) has issued a Request for Lease Proposals (RLP) No. 25-0327 for leasing approximately 2130 Gross Square Feet of space in Daly City, CA. Offers must be submitted by March 24, 2025, to be considered for the award. The RLP outlines key requirements, including 24-hour access, parking for government vehicles, and necessary communications infrastructure. The offered space must meet various safety, accessibility, and environmental criteria, especially concerning asbestos and historic preservation. Offers must also include detailed pricing and documentation of property ownership or control, as well as proposals for addressing any identified environmental hazards. The selection process will prioritize efficient layout, pricing, and compliance with applicable building codes and seismic standards. The government aims to establish a fully serviced lease covering all operating costs. This RLP reflects a structured process for ensuring that the government’s leasing needs are met in accordance with compliance and regulatory obligations, emphasizing sustainability and safety in the leased premises.
    The USACE Recruitment Form 3518 outlines required representations and certifications for property lease proposals as part of federal contracting processes. It specifies diverse categories of small business concerns, including women-owned, veteran-owned, and economically disadvantaged businesses, defining eligibility criteria based on ownership and control structures. The form mandates that offerors declare their business status (small or otherwise) and provides a series of certifications regarding tax compliance and corporate responsibility. Notably, it includes clauses to prevent contracts with entities that have certain legal and financial liabilities, ensuring ethical standards are maintained. Additionally, the document addresses compliance with regulations concerning business operations in specific international contexts (Sudan and Iran). The overall purpose is to guide governmental leasing decisions, promote small business participation, and ensure the integrity of contracting entities within federal parameters. This form is integral to the leasing process, reinforcing accountability and compliance amidst government procurement efforts.
    The document outlines the Seismic Compliance Requirements for federally leased buildings, specifically focusing on seismic safety protocols set forth in the "Seismic Leasing Requirements, Federally Leased Buildings Complying with Recommended Practice (RP 8) Map." It details forms (A through F) that Offerors must submit as part of the pre-award and post-award process to affirm a building’s seismic compliance. Forms A and B involve evaluations for Benchmark and Existing Buildings, respectively, while Form C covers retrofits for existing structures or commitments for new construction. Form D allows for exemptions under specific criteria related to building size and seismicity levels. Post-award, Forms E and F certify compliance for retrofitted and newly constructed buildings. The document emphasizes the critical role of licensed professional engineers in evaluating and certifying seismic safety, and the necessity of comprehensive documentation for compliance with federal standards. This framework aims to ensure the safety of government-leased buildings in seismic regions, reflecting the government’s commitment to maintaining public safety through rigorous seismic evaluation and standards adherence.
    The U.S. Government Lease No. DACA055250032700, facilitated by the U.S. Army Corps of Engineers (USACE), outlines the terms for leasing property for government purposes. The lease is for a duration of five years, commencing upon acceptance of premises after construction and occupancy verification. The document specifies the responsibilities of the lessor, including providing tenantable premises that comply with building codes and maintaining utilities and services such as HVAC, parking, and janitorial needs. It emphasizes government rights, including access to the premises at all times, regulations regarding construction specifications, and the procedures for alterations requested during the lease term. Termination rights are granted to the government with a notice period of 90 days. Additional stipulations cover maintenance responsibilities, insurance requirements, and compliance with environmental regulations. This lease serves to establish expectations and legal frameworks between the U.S. Government and the lessor, ensuring that all activities are conducted within federally mandated standards and specifications pertinent to governmental operations.
    The file presents the general clauses and requirements for a federal lease agreement (Lease No. DACA055250032700) applicable to the acquisition of leasehold interests in real property. It outlines vital clauses related to subletting, assignment, successor obligations, and property maintenance. Key provisions include requirements for subordination of leases, conditions for fire and casualty damage, compliance with applicable laws, and acceptance of leased spaces post-completion. The document establishes the government's rights to inspect the property, adjust payment for services not performed, and provisions for equitable adjustments to the lease terms. Additionally, it specifies the incorporation of several clauses regarding subcontracting, equal opportunity measures, and the prohibition of prohibited telecommunications equipment as per the John S. McCain National Defense Authorization Act. The document reflects the government’s commitment to ensuring compliance with federal standards, emphasizing cooperation between the lessor and government in managing lease responsibilities, compliance, and oversight, relevant to government RFPs and grants at multiple jurisdiction levels.
    The USACE Recruiting Form 1364 is used for proposals to lease space for government purposes. It includes sections detailing the property description, space and rates offered, lease terms and conditions, proposal data, and owner identification. Key elements include information on the building's ownership, dimensions, square footage, occupancy ratios, and various operating costs such as rent, maintenance, and utilities. Offerors must provide essential documentation, including lease terms, evidence of ownership, and compliance with safety requirements such as floodplain status, seismic safety, and fire/life safety standards. Conditions such as buildout costs, parking ratios, and government rights for cancellation are also specified. The proposal emphasizes the need for modifications and compliance with government specifications. The main purpose of the form is to facilitate the leasing process by enabling the government to evaluate offers comprehensively, ensuring compliance with regulations and the maintenance of safety standards in leased properties.
    This document outlines the Construction and Security Specifications for Military Recruiting Facilities, detailing the requirements and guidelines for design, construction, and safety standards mandated by the federal government. The Lessor is responsible for all aspects of construction, ensuring compliance with federal, state, and local building codes, while maintaining communication with the Corps of Engineers (COE). Key elements include the prohibition of specific telecommunications equipment sourced from specified firms, installation of energy-efficient systems, and providing adequate restroom and mechanical facilities based on the number of recruiters. Additionally, it emphasizes the importance of securing permits, meticulously coordinating architectural and engineering drawings, and adhering to stringent mechanical, electrical, and plumbing guidelines. The document mandates comprehensive safety protocols, including fire safety measures and indoor air quality standards, laying out clearly defined responsibilities for the installation of fire alarms, extinguishers, and exit signage. A focus on environmental sustainability is evident through the requirements for Energy Star products. Overall, the document serves as a crucial reference for contractors undertaking government RFPs, ensuring all work meets national defense and security standards.
    The document outlines security and infrastructure specifications for a facility located at 1150 El Camino Real, San Bruno, CA, specifically for military operations. It includes a conceptual floor plan, designating various rooms such as storage, test rooms, restrooms, and janitor closets, totaling approximately 2130 square feet. Key elements focused on include security features like deadbolt locks, door stations, and monitoring systems, ensuring each military service has designated control stations in accordance with manufacturer specifications. The document also emphasizes the installation of shades, peepholes, and security-related equipment to enhance safety within the facility. Overall, this file serves as a formal request for proposals (RFP) to address the security and functional needs of the military establishment, ensuring compliance with relevant standards and specifications.
    The Recruiting Facilities Program outlines a detailed bid proposal worksheet meant for contractors involved in construction projects for the U.S. Army Corps of Engineers (USACE). This document specifies various categories of work required, including HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, and security systems. Each category lists specific components necessary for the proposal, reinforcing the importance of completing the worksheet entirely to avoid rejection. Critical elements include general specifications and various unique requirements related to workspaces controlled by the government. Given the strict guidelines and attention to comprehensive details in the bid, the document reflects the federal government's structured approach to soliciting bids for construction projects, ensuring compliance with safety and operational standards. Adherence to these specifications is fundamental for contractors seeking to participate in federal grant opportunities and fulfill RFP requirements efficiently.
    The document outlines the specifications and requirements for janitorial services for the U.S. Army Corps of Engineers leased spaces, emphasizing the necessity of high-quality cleaning operations twice a week. The contractor is responsible for all cleaning supplies and must adhere to specific protocols, including maintaining a Janitorial Service Checklist and ensuring that the Military Service Representative (MSR) is present during services. Cleaning tasks encompass trash removal, vacuuming, disinfecting high-touch surfaces, and restroom sanitation, with additional periodic services such as carpet cleaning and HVAC maintenance. The contractor's performance will be monitored through a Quality Control Program, and any deficiencies in service may result in payment deductions or contract termination. Background checks for contractor personnel and proper identification are also mandated. This detailed framework aims to ensure the cleanliness and functioning of facilities while adhering to environmental standards and operational efficiencies, reflecting the government’s commitment to maintaining safe and hygienic environments within its properties.
    The document is a Certificate of Authorization pertaining to corporate or partnership leasing agreements. It includes sections for certifying the authorization of individuals signing a lease on behalf of their respective organizations, whether a corporation, LLC, or partnership. The corporate section requires a declaration from the Secretary or principal, affirming that the signer possesses the required authority under the organization's governing body. In contrast, the partnership section is completed by a General Partner certifying another partner's authority to bind the partnership as per the Partnership Agreement. Both sections mandate the inclusion of signatures and seals, affirming the legitimacy of the lease agreements. This document is crucial in the context of government RFPs, federal grants, and state/local RFPs, as it ensures that all parties involved are duly authorized, thereby preventing contractual disputes and promoting accountability in lease agreements related to government-funded projects. The structured approach guarantees a clear understanding of the obligations and authorities vested in the signatories.
    The document concerns the Request for Lease Proposal (RLP) for Solicitation # DACA055250032700 issued by the US Army Corps of Engineers (USACE) Sacramento District. The primary objective is to solicit initial offers for a lease, due by March 24, 2025, at 5:00 PM PST. Offerors must meticulously read, sign, and initial multiple enclosed documents, confirming their understanding and acceptance of the proposal terms. The package includes essential documents such as the RLP, draft lease, general clauses, construction specifications, and seismic forms, totaling 177 pages. Additional requirements include providing an authority to act on behalf of the owner, a site plan for five reserved parking spaces, and seismic documentation. All completed documents must be emailed back to the designated contact person, Madison Devine, by the specified deadline. This solicitation aligns with the broader context of government RFPs aimed at securing property leases for governmental purposes, ensuring compliance with necessary regulations and specifications.
    The document is a Quick Start Guide for entities seeking eligibility for government contracts through the System for Award Management (SAM). It outlines essential steps and requirements for registering in SAM, emphasizing that registration is free and that businesses previously registered in the Central Contractor Registration (CCR) may already have their information migrated to SAM. Key registration prerequisites include obtaining a Data Universal Numbering System (DUNS) number—now referred to as a Unique Entity Identifier (UEI)—and a Taxpayer Identification Number (TIN), which is critical for validation by the IRS. The guide details a step-by-step process for creating an individual account, entering core data (such as business information, financial details, and executive compensation), and completing necessary assertions and certifications. Entities are encouraged to ensure accuracy in their submissions to avoid delays, with a registration activation timeline of 3-5 days following TIN validation. For further assistance, users are directed to consult the SAM User Guide or contact the SAM Help Desk. Overall, the document serves as a comprehensive resource for businesses aiming to engage in federal procurement, ensuring they are adequately prepared to navigate the registration process in SAM to pursue government contracts and grants.
    The Quick Start Guide for Contract Registrations provides detailed instructions for registering a new entity on SAM.gov, the official U.S. government site required for businesses seeking federal contracts or funding. The registration process involves entity validation, which confirms the uniqueness and existence of the entity, and results in the assignment of a Unique Entity ID (12-character alphanumeric identifier). Key requirements for registration include the entity's legal name, address, tax identification number, banking information (if applicable), and relevant NAICS and PSC codes. The guide outlines the steps to create a SAM.gov account, validate the entity, and complete the registration. Entities wishing to bid on federal contracts must select the "Register for All Awards" option, which requires comprehensive information. Additionally, it emphasizes the necessity of renewing registrations annually and provides guidance on checking registration status and managing entity roles within the organization. The goal of the document is to facilitate the registration process, ensuring compliance for those pursuing government contracts and grants, thus enabling smoother participation in federal procurement opportunities.
    The document provides a Quick Start Guide for obtaining a Unique Entity ID from SAM.gov, the government’s official platform for managing awards. It clarifies that entities can acquire a Unique Entity ID without full registration if involved only in specific transactions. Those already registered in SAM.gov already possess this ID. The guide outlines the step-by-step process for obtaining this ID without complete registration, starting from signing in or creating an account on SAM.gov to entering entity information and completing validation checks. Users are prompted to certify authority for transactions and can choose whether their entity record is publicly displayed. Upon finalization, the Unique Entity ID is generated for use. This process facilitates compliance for organizations applying for federal grants and responding to RFPs, emphasizing its importance in federal and local funding opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Retail Space to Lease – El Centro, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the leasing of retail space in El Centro, California, under Solicitation No. DACA095240075400. The government requires approximately 2,556 to 3,363 square feet of fully-serviced space that meets specific operational needs, including 24-hour access, adequate parking, and compliance with safety and accessibility standards. This opportunity is crucial for supporting military recruitment and operational functions, ensuring that the facilities are equipped to serve personnel effectively. Proposals are due by March 14, 2025, and interested parties should contact Lihua Chen at lihua.chen@usace.army.mil or call 626-701-4901 for further details.
    Retail Space to Lease - Ventura, Ca
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 5,724 Gross Square Feet of retail space in Ventura, California, with a minimum of 5,154 Net Square Feet. The lease is intended for a military recruiting facility and requires compliance with various safety, accessibility, and environmental standards, including a focus on energy efficiency and sustainable practices. This opportunity is critical for establishing secure and efficient military recruiting offices, ensuring that the facility meets the operational needs of the armed forces. Proposals are due by March 14, 2025, at 4 PM PDT, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.
    Retail Space to Lease - Santa Maria, Ca
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for a fully serviced lease of approximately 5,724 gross square feet of retail space in Santa Maria, California. The procurement aims to secure a facility that meets specific requirements, including 24-hour access, adequate communications infrastructure, and designated parking for government vehicles, while ensuring compliance with safety and environmental regulations. This opportunity is critical for supporting military recruitment operations, emphasizing the need for a secure and functional space that adheres to federal standards. Proposals are due by February 15, 2025, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.
    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
    Buyer not available
    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.
    Retail Space to Lease - Oxnard, Ca
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for leasing retail space in Oxnard, California, to establish an Armed Forces Career Center. The procurement requires compliance with various construction and security specifications, including energy efficiency, accessibility, and adherence to federal, state, and local codes, ensuring the facility meets operational standards and safety measures. This initiative is crucial for enhancing military recruitment efforts in the region, providing a dedicated space for potential recruits. Interested parties should contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or call 213-222-5481 for further details on the proposal submission process.
    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.
    Retail Space to Lease –Vista, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced retail space lease in Vista, California. The opportunity requires a space ranging from approximately 2,067 to 2,720 gross square feet, with specific infrastructure stipulations including accessibility, security, and compliance with safety and environmental standards. This procurement is crucial for supporting military operations and ensuring that the leased premises meet government specifications and operational needs. Interested lessors must submit their proposals by March 24, 2025, and can direct inquiries to Lihua Chen at lihua.chen@usace.army.mil or by phone at 626-701-4901.
    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.
    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.
    OFFER TO LEASE APPROXIMATELY 1350 GROSS RENTABLE SQUARE FEET OF EXISTING SPACE IN UVALDE, TEXAS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking offers to lease approximately 1,350 gross rentable square feet of existing space in Uvalde, Texas, for a U.S. Marine Corps Recruiting Office. The lease is intended for a five-year term, with a minimum space requirement of 1,348 gross square feet and a maximum of 1,680 gross square feet, and includes a 30-day termination right for the Government after the first year. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency in a strategically chosen location. Interested parties must submit their initial offers by February 21, 2025, with best and final offers due by March 7, 2025. For further inquiries, contact Ashley Lee at ashley.a.kelley@usace.army.mil or call 817-886-1091.