OFFER TO LEASE APPROXIMATELY 1350 RENTABLE SQUARE FEET OF EXISITING SPACE IN LUBBOCK, TX
ID: RELOCATION_LUBBOCKType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (X1AZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 1,348 to 1,680 gross square feet of space in Lubbock, Texas, intended for a U.S. Marine Corps Recruiting Office. The lease is set for a duration of five years, with a 30-day termination option for the government after the first year, and the desired occupancy date is September 1, 2025. This procurement is crucial for establishing a functional facility to support military recruitment efforts, ensuring compliance with energy efficiency standards and adequate space for government vehicles. Interested parties must submit their proposals by March 7, 2025, to Ashley Lee at ashley.a.kelley@usace.army.mil, with preliminary submissions due by February 21, 2025.

    Files
    Title
    Posted
    The document outlines a lease agreement between the U.S. Government and a designated Lessor for a property managed by the U.S. Army Corps of Engineers (USACE). The lease is set for a duration of 5 years, contingent on the availability of federally appropriated funds, and covers the exclusive use of designated premises for government purposes, specifically identified in accompanying exhibits. Key responsibilities include the provision of a tenantable environment, maintenance, utility management, and compliance with various health and safety codes. The Lessor must also ensure that alterations requested by the Government are completed to standard, with financial arrangements for reimbursement made for any enhancements. Termination rights are established, allowing the Government to end the lease with ninety days' notice after a specified date. The document is structured into clearly defined sections detailing premises, rental terms, operational responsibilities, construction specifications, maintenance obligations, and legal compliance. The purpose of the file emphasizes the regulatory framework for federal leasing, reflecting the government's commitment to transparency, accountability, and compliance with federal standards within the leasing process.
    The document is an authorization form for the U.S. Army Corps of Engineers (USACE) to initiate direct deposit payments into a designated bank account. The form allows individuals or entities to enroll in the Direct Deposit Program, make changes to their financial information, or cancel their participation. The user must confirm that their name and address match the information on a related lease document. Key required details include account type (checking or savings), account number, routing number, and the financial institution's information. The form also requests a Tax Identification Number (TIN) for businesses, ensuring proper identification for financial transactions. This document relates to federal administrative processes concerning financial transactions and fund disbursement related to government RFPs or grants.
    The Preliminary Assessment Screening (PAS) document outlines the evaluation process for a real property transaction related to the U.S. Armed Forces Recruiting Offices under the Department of Defense. The project includes approximately _____ square feet of retail/office space designated exclusively for armed forces recruitment. The form collects essential details, such as property description, parties involved, past and current use, potential environmental restrictions, and classification of the property for contamination risk. It categorizes properties into Type I (uncontaminated), Type II (possibly contaminated), or Type III (known contamination). In this case, there is no evidence of hazardous substances on-site. The purpose of the PAS is to ensure compliance with regulatory screening criteria before proceeding with the transaction, focusing on environmental safety. The assessment is prepared and reviewed by designated officials, deeming its adherence to necessary protocols for real estate transactions involving federal interests.
    The document contains comparative lease agreements, possibly for evaluation in connection with federal or local RFPs. It details three separate lease agreements outlined in a structured format, including information about each tenant, rental terms, termination rights, and various services associated with each property. Key data points to be filled include lease term, rental amount, square footage, utilities responsibility (electric, gas, water, etc.), building age, zoning, number of rooms and restrooms, and maintenance responsibilities. Each lease also addresses whether it includes triple net charges and specifies if the agreement is a new lease or a renewal. The emphasis on "highest and best use" and "finish out allowances" indicates a focus on the investment value and adaptability of properties in discussions related to government contracts or grants. Overall, the document serves to standardize lease comparisons for potential government-related real estate transactions or assessments.
    This document is a rental proposal worksheet utilized for a facility leasing process, outlining the financial and logistical parameters for government employees. It includes two sections: one for an office building and another for a retail space. Key details include the base rent, operating costs, and total rent calculations. For the office building, the base rent is $14.95 per square foot for 718 rentable square feet, totaling an annual rent of $10,734.12, with additional costs recorded as zero. The property provides three parking spaces for government use and mentions energy efficiency upgrades tied to Energy Star standards. The retail section indicates a base rent of $0.00 with no accessible space or associated costs. The lease terms specify the number of years for lease duration, but specific termination notice periods are left blank. Overall, the document serves as a structured means to evaluate rental proposals for government use, emphasizing cost-effective leasing while ensuring necessary accommodations for employees.
    The document comprises the General Clauses for federal lease agreements concerning the acquisition of leasehold interests in real property, specifically through the GSA Form 3517B. It presents a structured outline of critical clauses that govern lease operations, including subletting, assignment, maintenance standards, payment procedures, compliance with laws, labor standards, and many others pertinent to property leasing. Key provisions include guidelines for default by the lessor, procedures for rental payments, conditions for alterations, and the rights of the government regarding inspection and maintenance. These clauses ensure legal compliance, establish expectations for the lessor's obligations, and protect the interests of the government as a tenant. Given the significance of federal RFPs (Requests for Proposals) and grants, the document serves as an essential template for lease agreements, safeguarding government operations and resources while fostering accountability and adherence to standards in real estate transactions. Overall, it outlines responsibilities, rights, and compliance conditions underlining the relationship between the government and property lessors.
    This document pertains to the architectural floor plan for a facility located at 6500 N. Mineral Dr., Coeur d'Alene, Idaho. It outlines various dimensions of rooms and spaces, including living areas, restrooms, marine storage, and a marine office, with specific square footage calculations provided for each area. The detailed measurements depict the layout of the structure, including dimensions such as 42'-6" for one space and an overall area totaling 1711 square feet. This floor plan serves as a visual guide for the project's design, indicating designated uses and maximizing functional space. The document is a part of the broader context of government Requests for Proposals (RFPs) and funding initiatives, possibly aimed at enhancing local amenities or facilities related to marine services or public safety. Overall, it encapsulates key structural information relevant for prospective contractors or governmental reviews during the proposal selection process.
    The document outlines construction and security specifications for Military Recruiting Facilities, emphasizing compliance with federal and state regulations. Key guidelines include adhering to specific military service standards, obtaining relevant permits, and maintaining communication with the Corps of Engineers (COE). Notably, any substantial deviations in specifications or designs require COE approval. Essential aspects include mandated security measures that prohibit using equipment from certain foreign entities, alongside detailed architectural and engineering requirements. The document highlights that HVAC systems must meet energy efficiency standards, and all construction should prioritize safety through the use of high-quality materials and proper ventilation. Moreover, plumbing and electrical layouts should follow national codes, with specific provisions set for restroom facilities based on the number of recruiters present. The internal finishes for walls and ceilings require a Level 5 finish, and specialized attention is given to lighting and power distribution to ensure adequate performance for military functions. Overall, this document serves as a comprehensive guideline for contractors to ensure new military recruiting offices meet operational and security standards effectively.
    This document outlines the specifications for janitorial services required for U.S. Army Corps of Engineers leased facilities. Contractors must perform cleaning twice a week during standard business hours, with oversight provided by designated Military Service Representatives (MSR). Cleanings must follow a checklist, ensuring environmentally friendly products are used, particularly for high-touch surface disinfection. Key tasks include trash removal, vacuuming, hard surface cleaning, restroom sanitization, and periodic carpet and light fixture cleaning. The Contractor is responsible for scheduling and coordinating cleaning appointments, maintaining quality control through inspections, and submitting monthly certifications of services performed. Compliance with performance standards is critical, as unsatisfactory service can lead to payment deductions and potential contract termination. This janitorial services contract follows federal guidelines, aiming to maintain cleanliness and safety across military recruitment facilities. It emphasizes the importance of environmental sustainability and effective communication between the Contractor and Government representatives in executing janitorial tasks.
    The Recruiting Facilities Program outlines the Construction Specifications Bid Proposal Worksheet required for contractors submitting proposals to the U.S. Army Corps of Engineers (USACE). The document details various bid categories, including HVAC, plumbing, electrical, communications, safety, fire equipment, architectural finishes, signage, and security systems. Each category specifies a quantity of one, with a placeholder cost of $1.00 for uniformity, indicating that actual bids are expected to be filled based on services rendered or materials provided. Additionally, it emphasizes that all necessary requirements from the construction specifications appendix supplied by the USACE must be met, and failing to complete the worksheet entirely could lead to proposal rejection. The guidelines ensure contractors understand the project's scope and requirements, aiming for compliance and thoroughness in each bid submission. This document serves as a framework for facilitating bids related to federal contracts in a structured and standardized manner, adhering to government procurement protocols.
    The document provides a step-by-step guide for registering an entity in the System for Award Management (SAM), aimed at those interested in bidding on government contracts. The process begins with creating a personal account on the SAM website, followed by selecting the entity type and confirming the intention to bid. Registrants must fill out multiple sections, including Core Data, Assertions, Representations and Certifications, and Points of Contact. Key requirements include having a DUNS number and Taxpayer Identification Number (TIN). For foreign entities, a NCAGE code is necessary. The guide emphasizes that this registration is free and that previous CCR registrants can easily transition to SAM. Accurate completion of these steps ensures eligibility for government contracts and promises activation of the entity registration within 3-5 days post validation by the IRS. The document serves as an essential resource for organizations seeking to navigate the registration process for federal contracts, grants, and RFPs, ensuring compliance with government requirements.
    This document provides essential guidance for real estate companies regarding registration with the Data Universal Numbering System (DUNS) and the System for Award Management (SAM). It outlines the relevant North American Industry Classification System (NAICS) and Product Service Codes (PSC) applicable to various real estate functions, including leasing and property management. The NAICS section specifies categories such as lessors of residential and nonresidential buildings, property managers, real estate agents, and related activities. The PSC section lists detailed codes associated with leasing different types of facilities, including offices, educational buildings, hospitals, and recreational structures. These codes are crucial for businesses seeking federal contracts or grants within the real estate sector. For effective compliance, entities are encouraged to perform diligent research to identify the specific codes that align with their business activities. The document also provides links to the DUNS and SAM websites for further reference, emphasizing the importance of accurate categorization to facilitate potential government contracting opportunities.
    The U.S. Army Corps of Engineers is seeking proposals for the leasing of a facility ranging from 1,348 to 1,680 gross square feet in the Lubbock, Texas area, to accommodate a U.S. Marine Corps Recruiting Office. The lease, intended for five years with a possible 90-day termination clause, requires occupancy by September 2025. Key requirements include proposals addressing rental rates, flood plain status, and maintenance services. Offerors must ensure adequate space for Government vehicles, provide evidence of ownership, and comply with energy efficiency standards, including obtaining an Energy Star label for existing buildings. A thorough evaluation based on cost, quality, location desirability, and space efficiency will determine award selection. Final lease acceptance will depend upon a completed appraisal that ensures fair market value. Proposals are to be submitted by February 21, 2025, with final offers due by March 7, 2025, to Ashley Lee, the designated Realty Specialist. This RFP reflects the federal government's structured procurement process in seeking compatible real estate solutions for military recruiting operations.
    Similar Opportunities
    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.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 500 to 600 gross/rentable square feet of existing Class A or B retail space in Beaumont, Texas. The ideal 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 supporting operational needs, with an initial lease term of five years intended. Interested parties should submit expressions of interest, including building details and rental rates, to Mark Hansen at mark.hansen@usace.army.mil by December 31, 2025, as this is a request for information only and not a solicitation for offers.
    U.S. Government Space Required in Modesto, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking proposals for a full-service lease of retail office space in Modesto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,841 rentable square feet and a maximum of 6,367 rentable square feet, with a lease term not exceeding five years and the option for government termination rights. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their proposals electronically by 12:00 PM PDT on December 21, 2025, to Stacy Mooney at Stacy.A.Mooney@usace.army.mil, and must include necessary documentation such as exclusivity agreements and representation letters.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 3,000 to 3,500 gross/rentable square feet of existing Class A or B retail space in Tyler, Texas. The desired location 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 supporting military operations in the area, with an initial lease term of five years intended. Interested parties should submit expressions of interest, including building details and rental rates, to Mark Hansen at mark.hansen@usace.army.mil by December 31, 2025; this is a request for information only and not a solicitation for offers.
    U.S. Government Seeks Retail and Related Space for Armed Forces Recruiting Office
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to lease approximately 3,400 gross/rentable square feet of existing Class A or B retail space for an Armed Forces Recruiting Office in the Houston, 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 personnel recruitment efforts. Interested parties should submit expressions of interest including building details and contact Jeff Veselka at jeffery.d.veselka@usace.army.mil for further information. This is a request for information only and not a solicitation for offers.
    Navy Recruiting Center, Virginia Beach, VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    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.
    U.S. Armed Forces Recruiting Office - Roanoke, Virginia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,470 usable square feet of retail space in Roanoke, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to provide a fully-serviced space with specific requirements, including 24-hour access, communication infrastructure, direct exterior access, and lighted parking, within a delineated area bounded by Amsterdam, Bedford, Rocky Mount, and Salem, VA. Proposals must comply with strict eligibility criteria related to accessibility, safety, and environmental considerations, and will be evaluated based on best value, taking into account both price and technical factors. Interested parties should submit their proposals by 3:00 PM EST on December 18, 2025, and can contact Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil or by phone at 757-675-5720 for further information.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leased retail and related space in McKinney, Texas, as the current lease is set to expire. The government aims to lease between 6,100 and 10,000 gross square feet of existing Class A or B retail space, ideally compliant with federal, state, and local ordinances, and ready for occupancy by April 23, 2026. This procurement is crucial for maintaining operational continuity and minimizing relocation costs, including tenant improvements and downtime. Interested parties must submit expressions of interest, including property details and a rental rate, to Anna Cleveland at the U.S. Army Corps of Engineers by December 20, 2025.
    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.