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)
ID: DACA675260000200Type: 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 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.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) is issuing a Request for Lease Proposals (RLP No. DACA675260000200) for the acquisition of a fully serviced lease for office space in Tukwila, WA. Offers are due by January 31, 2025. The ideal lease will encompass 7,016 to 9,233 Gross Square Feet, necessitating features like 24-hour access, communications infrastructure, and adequate parking for 25 government vehicles. The proposal evaluation will focus on factors such as price, location, accessibility, and overall site and building conditions. The document details submission guidelines and includes specific forms and supporting documents that applicants must provide, ensuring compliance with requirements related to fire protection, environmental standards, and emergency access. Furthermore, proposals must adhere to sustainability standards and the National Environmental Policy Act (NEPA). The award decision will hinge on the proposed terms' overall value and must also comply with operating lease treatment as per federal regulations. Emphasizing thoroughness, the RLP requires potential lessors to submit evidence of ownership or control of the property and to fulfill various safety and environmental obligations before award consideration.
    The USACE Recruiting Form 1364 is a document utilized by the United States Army Corps of Engineers, Seattle District, for rental proposals of building spaces. It requires detailed information about the property, including construction data, gross square footage, maintenance costs, taxes, insurance, and utilities, along with the owner’s contact information. The proposal also necessitates a signature from the owner or authorized agent and includes specific lease terms, such as a five-year duration with a 90-day cancellation right for the government. Additionally, it stresses the importance of submitting evidence of property ownership and registration with the System for Award Management (SAM) for lease consideration. The document's structure outlines clear sections for key property details and financial obligations, ensuring comprehensive evaluation for potential leases. This form highlights federal procedures in seeking and securing property agreements for government use, signaling adherence to regulatory compliance and fiscal responsibility in government contracting processes.
    The U.S. Government Lease No. DACA675XXXXXXXXX outlines an agreement between the United States Army Corps of Engineers (USACE) and a lessor for leasing premises for government purposes. The lease is effective under the authority of 40 U.S.C. 585 and is set for a five-year term, contingent on the availability of funds. Key elements include exclusive use of a specified space, required infrastructure improvements, and the provision of necessary utilities and maintenance by the lessor. The lease emphasizes tenantable conditions, safety compliance, and emergency repair obligations. Additionally, the document specifies notice protocols for lease termination, lease alterations, and compliance obligations with applicable laws and codes. The lease also includes clauses on insurance, default conditions, and environmental due diligence under the National Environmental Policy Act. The document ensures that both parties clearly understand their rights, responsibilities, and the terms governing the lease agreements, facilitating government operations and compliance with relevant policies. Overall, it represents a structured approach to securing necessary space for government functions while addressing legal and operational requirements thoroughly.
    The document outlines general clauses related to the lease agreement between the Government and Lessor, focusing on the acquisition of leasehold interests in real property. Key provisions cover subletting and assignment rights, successor responsibilities, and the subordination of the lease to existing liens. It also details requirements for the delivery and condition of premises, the lessor’s maintenance obligations, acceptance of space, and compliance with applicable laws. The lease mandates that the Lessor must maintain the property and ensure it complies with safety and health standards, and it includes clauses addressing default conditions, payment procedures, and the assignment of claims. The Government retains the right to inspect the property to ensure compliance and has the ability to adjust rental terms based on actual space delivered. These guidelines reflect the Government’s standard practices in real property leasing and emphasize compliance with federal requirements, making the document crucial for understanding obligations and processes involved in federal leases.
    The document outlines the construction and security specifications for military recruiting facilities and production offices, detailing responsibilities, compliance requirements, and technical standards. Each Military Service must adhere to designated standards, with any deviations approved by the Corps of Engineers (COE). Key areas covered include the need for written certification of equivalent products and services, prohibitions on certain foreign-made equipment per the 2019 National Defense Authorization Act, and a full specification of architectural and mechanical plans. The Lessor is tasked with obtaining permits, providing comprehensive engineering and architectural drawings, and ensuring compliance with federal, state, and local codes. Specific requirements address communications systems, electrical and plumbing installations, and HVAC systems designed for energy efficiency. Safety protocols, fire protection measures, and security requirements are outlined to safeguard against potential threats. Overall, the document serves as a directive for bidders, Lessor contractors, and military services engaged in constructing and managing these facilities, emphasizing quality standards, efficiency, and adherence to legal guidelines in military infrastructure development.
    The document is a bid proposal worksheet for a comprehensive construction project aimed at upgrading various facilities associated with the U.S. military and government operations. It outlines the scope of work across several categories, including HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, security systems, and other related items. Each category specifies the quantity and expected costs, indicating that each entry must be filled completely for consideration by the U.S. Army Corps of Engineers (USACE). Key requirements include adherence to construction specifications and the inclusion of necessary permits, fees, and design costs. The comprehensive nature of the proposal reflects a systematic approach to ensuring compliance with federal standards and efficient resource allocation, emphasizing that accurate and complete submissions are critical for successful bid evaluation. The total bid proposal price is implied to be $116, although the specific line items lack detailed cost figures, suggesting additional filling is required from the bidders. The document's structure highlights the thorough breakdown of each associated task, ensuring transparency in the bidding process.
    The Recruiting Facilities Program includes a Construction Specifications Bid Proposal Worksheet designed to guide bidders in developing proposals for various construction tasks. The document enumerates bid categories such as HVAC, plumbing, electrical, communications, safety equipment, and architectural finishes, each detailing specific elements requiring inclusion in the proposals. Bidder requirements stipulate that all submissions must meet criteria outlined in accompanying specifications from the U.S. Army Corps of Engineers (USACE), with an emphasis on thorough completion of the proposal worksheet to avoid rejection. The bid worksheet covers items across various construction needs, with a sample unit cost of $1 for each quantity listed, indicating a structured budgeting approach. Additionally, important notes remind contractors of necessary information and compliance mandates, highlighting regulatory adherence in the bidding context. This document is essential for contractors aiming to engage with government projects, laying out expectations and procedures crucial for successful bidding processes. Overall, it reflects the government’s organized approach to sourcing construction services while ensuring compliance with established standards.
    The document outlines the requirements and specifications for janitorial services contracted by the U.S. Army Corps of Engineers. It delineates a structured cleaning schedule based on facility size, emphasizing the need for cleaning services to occur between 8:00 a.m. and 4:00 p.m. on weekdays. A Military Service Representative (MSR) must be present during cleaning sessions, with protocols established for managing no-shows by either party. Key tasks include regular trash removal, floor maintenance, restroom sanitation, and periodic deep cleaning operations. The contractor is mandated to adhere to environmentally friendly cleaning practices and implement a comprehensive Quality Control Program (QCP) to ensure service standards are met. Payment deductions are stipulated for substandard performance, and the contractor must provide identification and pass background checks for all personnel on-site. This document serves as a detailed guide for contractors bidding on government janitorial service contracts, reinforcing expectations for quality, compliance, and accountability.
    This document, identified as Exhibit "G" from Lease No. DACA6752X00XXX00, outlines the representations and certifications required by lessors engaging with the government. The primary focus is on certifying ownership of the leased property and compliance with federal requirements, including taxpayer identification and small business representations. Key sections include: 1. Ownership: The lessor must affirm rightful ownership and indemnify the government for any title failures. 2. Taxpayer Identification Number (TIN): This includes necessary definitions and stipulations for the disclosure of TINs to meet tax reporting requirements. 3. Small Business Program Representations: The lessor must declare its business size status under the NAICS code 531190 and potentially identify as a small, disadvantaged, women-owned, or veteran-owned business. 4. Previous Contracts and Compliance Reports: The lessor must acknowledge participation in prior contracts subject to compliance laws and provide relevant reports. 5. Affirmative Action Compliance: The lessor must indicate its development of affirmative action programs if previously required. 6. System Award Management: The lessor is obligated to register in the SAM database to conduct business with the government. Overall, the purpose of this document ensures accountability, compliance, and transparency in federal lease agreements, aligning with broader regulatory frameworks in government contracts.
    The document outlines the Lessor's Annual Cost Statement used by the General Services Administration (GSA) for acquiring leased space. This statement requires lessors to provide estimations of the annual costs of services, utilities, and ownership associated with the leased property. Specifically, it categorizes costs into two sections: Section I addresses the estimated costs of services and utilities, including items such as cleaning, heating, electrical, and maintenance. Section II focuses on ownership costs, excluding capital charges, detailing expenses like insurance, legal fees, and real estate taxes. The form requires lessors to provide a breakdown of costs for the entire building and for the portion rented by the government, ensuring a clear understanding of the financial implications. Additionally, it emphasizes the need for these costs to align with prevailing rental rates in the community. The instructions highlight the importance of accuracy in the estimations, ensuring compliance with the Paperwork Reduction Act by outlining time expectations for completion. This statement is essential in negotiating lease agreements, all while maintaining transparency in the federal leasing process.
    The document is a Certificate of Authorization related to Lease No. DACA675__00__00. It serves as an official declaration from a designated individual, likely the Secretary or principal of a corporation or LLC, confirming their authority to enter into a lease agreement. The certificate affirms that a specific person, identified in the document, has signed the lease on behalf of the corporation or LLC, with the approval of its governing body, and within the boundaries of its corporate powers. The document includes a space for a date and an official seal, signifying its formal nature. This certificate is crucial in the context of federal government requests for proposals (RFPs) and grants, as it establishes legal recognition and accountability for agreements made by corporate entities engaging with government contracts.
    The document serves as a Certificate of Authorization for Lease No. DACA675__000__00, verifying the authority of partners within a partnership that acts as the Lessor in the accompanying lease agreement. It confirms that one partner (Partner X) is the General Partner and has the authority to bind the partnership. Furthermore, the document names another General Partner (Partner Y), who is also authorized to sign the lease on behalf of the partnership according to its Partnership Agreement. The document includes a space for the date and an official seal, underscoring its legal significance. This certificate is crucial for formalizing partnership agreements in the context of government leases, providing necessary assurances regarding the legitimacy and authority of the partners involved, which is essential during the bidding process for government RFPs and grants. The structure is straightforward, primarily consisting of certification statements along with lines to fill in personal and organizational details.
    The document is an "Agency Agreement/Authorization for Property Manager to Act on Behalf of Owner," which serves to confirm that a property manager has the authority to represent the property owner in leasing matters with the government. The certificate must be filled out by the property owner, identifying the agent authorized to sign leases and manage responsibilities related to the property, including collecting payments and overseeing maintenance. This legal framework ensures that all actions undertaken by the agent are binding on the owner. The owner's signature is required to validate this authorization. Overall, the document facilitates clear communication of authority and accountability between property owners and government entities regarding property leasing agreements, which is essential in the context of federal RFPs and grants where property management roles often intersect with governmental leasing obligations.
    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.
    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 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.
    U.S. Government Seeks Retail and Related Space for Armed Forces Recruiting Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the lease of retail and related space for an Armed Forces Recruiting Office in Manor, Texas. The procurement aims to secure between 772 and 1,200 square feet of compliant and maintainable space for a five-year term, with a potential occupancy date of September 30, 2025. This facility is crucial for supporting military recruitment efforts and must adhere to specific safety and location criteria, including the exclusion of areas with businesses of a sexual nature. Proposals are due by February 28, 2025, with final offers required by March 7, 2025. Interested parties should contact Bryan Yarbrough at bryan.k.yarbrough@usace.army.mil or call 817-886-1214 for further details.
    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.
    Recruiting Station-Armed Forces Career Center-Jacksonville, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial retail space to serve as an Armed Forces Career Center in Jacksonville, Florida. The required space must range from 5,335 to 7,020 gross rentable square feet, with adequate parking for approximately eighteen government vehicles, and is intended to support military recruitment operations. This five-year lease will include all utilities and janitorial services, with proposals due by 11:59 PM on February 28, 2025, and must be submitted via email to Anthony Shoultz at anthony.a.shoultz@usace.army.mil. Interested parties are advised to review all attached documents thoroughly and ensure registration in the System for Award Management (SAM) prior to contract award.
    Recruiting Station - Armed Forces Career Center - Orlando, FL
    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 Orlando, Florida. The required space must range from 5,552 to 6,940 gross rentable square feet and include adequate parking for approximately eighteen government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This procurement is crucial for establishing a functional and secure environment for military recruitment efforts, ensuring compliance with various operational and safety standards. Interested parties must submit their completed Proposal to Lease Space form and associated documents to Ana Fraguada via email by 11:59 PM on February 28, 2025, and must be registered in the System for Award Management (SAM) prior to award.
    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.
    Recruiting Station-Armed Forces Career Center-Orange Park, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial retail space ranging from 5,335 to 7,020 gross rentable square feet in Orange Park, Florida, to serve as an Armed Forces Career Center. The leased space must accommodate parking for approximately 19 government vehicles and include a full-service lease covering utilities and janitorial services, with a five-year term and government termination rights. This procurement is crucial for establishing a functional environment for military recruitment operations, ensuring compliance with federal standards for construction and maintenance. Interested lessors must submit their proposals, including a completed Proposal to Lease Space form, by 11:59 PM on February 28, 2025, and can direct inquiries to Anthony Shoultz at anthony.a.shoultz@usace.army.mil or by phone at 904-314-6187.