DACA675250002600-United States Army Corps of Engineers (USACE) seeks to lease approximately 3,703 square feet of retail space in Federal Way, Washington for an Armed Forces Career Center
ID: DACA675250002600Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,703 square feet of retail space in Federal Way, Washington, for an Armed Forces Career Center. The government requires a fully-serviced lease for up to five years, including base rent, utilities, janitorial services, and parking, with specific location criteria outlined in the solicitation. This procurement is crucial for establishing a recruiting office that meets operational and accessibility standards, ensuring effective recruitment efforts for the Armed Forces. Interested parties must submit their proposals electronically by October 18, 2024, and can contact Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.

    Files
    Title
    Posted
    The Request for Lease Proposals (RLP) No. DACA675250002600 issued by the U.S. Army Corps of Engineers seeks to procure approximately 3,703.75 Gross Square Feet of fully-serviced office space in Federal Way, WA, for a term of up to five years. Offers must be submitted by October 18, 2024. Key requirements include 24-hour access, communication infrastructure, ample parking for government and privately-owned vehicles, and compliance with various safety and accessibility standards. The document specifies evaluation criteria for proposal selection, emphasizing the importance of price, location, accessibility, and the overall quality of the offered space. The RLP outlines necessary documentation including a rental proposal worksheet and environmental assessments. Offerors must demonstrate the absence of hazardous materials and comply with the National Environmental Policy Act and historic preservation regulations if applicable. Proposals must be submitted electronically and will undergo evaluation processes that may involve negotiations. Ultimately, the government aims to award a lease to the offeror presenting the best value in alignment with federal standards and specifications. This document serves as a detailed guide to facilitate the procurement process in adherence to federal requirements and standards.
    The USACE Recruiting Form 1364 is a Rental Proposal Worksheet aimed at facilitating leasing arrangements for the United States Army Corps of Engineers, Seattle District. The document collects essential information regarding a proposed rental property, including specifics such as the building's address, size, construction date, and last renovation year. It outlines the proposed costs, including base rent, property taxes, maintenance fees, and other utilities, culminating in a total rental cost. Additionally, it requires contact details from the property owner and any leasing agents involved. The lease terms stipulate a duration of five years, with cancellation rights favoring the government. Important notes underscore the necessity for proof of property ownership and registration with the System for Award Management (SAM) to be eligible for lease awards. Acceptance of the U.S. Government Lease and its general clauses is also mandated. This document serves as a structured template to streamline the proposal process while ensuring compliance with government requirements. Overall, it reflects the procedural rigor typical of federal RFPs, ensuring transparency and accountability in leasing arrangements.
    The document outlines a lease agreement between the U.S. Government, represented by the U.S. Army Corps of Engineers (USACE), and a private Lessor for designated premises intended for government use. It specifies key details such as the property location, lease term of five years, rental payment structure, and various responsibilities of the Lessor, including compliance with building codes, provision of utilities, and maintenance of the premises. The lease includes extensive terms regarding alterations, emergency repairs, and termination rights, ensuring flexibility for the Government while holding the Lessor accountable for maintaining a safe and compliant environment. Specific provisions are made for accessibility, environmental responsibility, and safety measures consistent with federal regulations. The agreement emphasizes not just the financial arrangements but also the operational standards required for the leased space, underscoring the Government's commitment to ensuring optimal working conditions while complying with relevant laws and standards. Overall, this lease is a critical component of the Government's infrastructure strategy, highlighting meticulous attention to detail in managing public assets and requirements.
    The document outlines the general clauses associated with a government lease agreement, specifically for the U.S. Army Corps of Engineers (USACE). It addresses essential aspects such as subletting and assignment allowances, obligations of the lessor and government, property maintenance, and insurance requirements. Key clauses specify the government's rights to sublet, the obligation of the lessor to maintain the premises, and conditions under which the government can default the lease due to lessor negligence. Additionally, the lease includes provisions on occupancy, payment processes, compliance with laws, and equal opportunity employment for veterans. It emphasizes mutual obligations between both parties, conditions for modifications, and consequences for violations. The comprehensive nature of the document reflects its importance in ensuring clarity and accountability between government entities and lessors, serving the principles of transparency and equitable treatment within federal and state contracting procedures.
    The document outlines construction and security specifications for Military Recruiting Facilities, detailing the responsibilities and requirements for the lessor and contractors. It emphasizes adherence to federal, state, and local building codes, as well as compliance with the 2019 National Defense Authorization Act prohibiting certain foreign technologies. Key elements include the need for written certifications of equipment equivalency, extensive architectural and engineering (AE) drawing requirements, and strict guidelines for mechanical, plumbing, and electrical systems installations. The document specifies energy efficiency standards, the use of approved materials, and safety measures, including fire alarms and emergency lighting. Detailed specifications for HVAC systems, plumbing fixtures, and electrical distributions are provided to ensure operational efficiency and security. Additionally, the document mandates thorough documentation and communication between all parties, including the Corps of Engineers. This comprehensive approach is aimed at creating safe and functional military recruiting environments while maintaining compliance with legal and regulatory standards.
    The Recruiting Facilities Program bid proposal worksheet is designed for contractors submitting proposals for construction projects aligned with U.S. Army and other military branch standards. It outlines various bid categories including HVAC, plumbing, electrical, communications, safety equipment, and architectural finishes, each requiring specific quantities and pricing. Contractors must provide detailed descriptions under each category, ensuring compliance with the construction specifications outlined by the U.S. Army Corps of Engineers (USACE). The proposal emphasizes the necessity of a completed worksheet, noting that incomplete submissions may lead to rejection. Additional factors like insurance, overhead, taxes, and necessary permit fees are also addressed, indicating a comprehensive evaluation of costs involved in the project. The document underscores a commitment to quality and regulatory adherence in the construction of military facilities. Overall, it serves as a structured guide for contractors to prepare thorough and compliant bids for recruiting facility construction projects.
    The document outlines the specifications and requirements for janitorial services to be provided to U.S. Army Corps of Engineers leased facilities. It specifies cleaning schedules based on facility size, requiring services either twice or thrice a week and detailing various cleaning tasks, including trash removal, vacuuming, disinfecting high-touch surfaces, and restroom maintenance. Contractors must supply their own cleaning materials and use environmentally friendly products while maintaining a signed Janitorial Service Checklist for accountability. A Quality Control Program (QCP) is mandated to ensure compliance with standards, including regular evaluations and corrective actions for deficiencies. The document also stipulates contractor identification requirements, background checks, and strict protocols for managing contractor personnel within federal settings. Performance evaluations will be conducted by Military Service Representatives and will influence payment deductions for unsatisfactory service. Overall, the document emphasizes the importance of maintaining a clean and safe environment at government facilities while adhering to environmental sustainability practices.
    The document outlines the representations and certifications required from a lessor in a government lease agreement (LEASE NO. DACA6752X00XXX00). Key sections include the assurance of ownership, the necessity for a Taxpayer Identification Number (TIN) for compliance with tax regulations, and criteria related to small business status. The lessor must confirm their business size classification, including endorsement as a small, women-owned, veteran-owned, or HUB Zone business, along with adherence to affirmative action compliance. The document emphasizes the importance of registration in the System Award Management (SAM) database, mandating that contractors be registered prior to award and during contract performance. Lastly, it necessitates the disclosure of any previous contract compliance and affirmative action program establishment, underscoring adherence to federal regulations in government contracting. This exhibit ensures that all parties have a clear understanding of their obligations, promoting transparency in government leasing processes, and reinforcing the government’s commitment to fair business practices.
    The "Lessor's Annual Cost Statement" is a form utilized by the General Services Administration (GSA) to assess potential rental costs associated with a government lease. The document requires lessors to detail estimated annual costs for services and utilities provided as part of the rental agreement. Key cost categories include cleaning, heating, electrical, plumbing, maintenance, and various operational expenses like insurance and taxes. Furthermore, it outlines the steps for calculating the rentable area of buildings, distinguishing between total building space and the area designated for government use. This structured approach aids in ensuring that rental charges are consistent with local market rates while incorporating all relevant expenses. The form mandates a certification from the lessor, confirming the accuracy of the cost estimations. By standardizing this information, the GSA aims to facilitate transparent negotiations and ensure fair market valuation in federal real estate transactions.
    The document is a Certificate of Authorization related to a lease (Lease No. DACA675__00__00) for a corporation or LLC acting as the Lessor. It is certified by a designated individual, usually the Secretary or principal of the entity, confirming that the lease was signed on behalf of the corporation or LLC within the powers granted by its governing body. The certificate includes spaces for the names, titles, date, and a corporate seal, ensuring the lease’s validity and compliance with governing standards. This document is essential in government-related transactions involving federal grants and RFPs, as it establishes the authority of the signatory, thereby ensuring that the lease is binding and recognized under applicable regulations.
    The document is a Certificate of Authorization related to Lease No. DACA675__000__00, confirming the authority of partners within a partnership. It establishes that the signer, identified as Partner X, is a General Partner in the partnership named as Lessor in the lease agreement. Furthermore, it certifies that another individual, Partner Y, who signed the lease on behalf of the partnership, is also a General Partner authorized to bind the partnership under the Partnership Agreement. The certificate is expected to be completed with signatures and a date, implying legal recognition of the partners' roles and their authority to enter into the lease. This document serves to validate the partnership's standing and uphold contractual agreements related to federal or state and local government contracts, ensuring compliance with regulations governing partnership operations in government-related leases.
    The document outlines an agency agreement authorizing a property manager to act on behalf of a property owner in relation to a lease with the government. The certification format allows the owner to affirm their identity as the lessor of a specified property designated for lease. It establishes that the designated agent possesses the legal authority to sign the lease, bind the owner to its conditions, manage financial transactions regarding the lease, oversee property maintenance, and handle related administrative tasks. The agreement requires the owner's signature to validate the agent's authority. This certification is essential in the context of federal RFPs and grants as it ensures clear representation and accountability in property leasing arrangements for government purposes.
    Similar Opportunities
    Recruiting Station - Armed Forces Career Center - Plant City
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial space to serve as a Recruiting Station in Plant City, Florida. The required space must range from 965 to 1,206 gross rentable square feet and include adequate parking for two government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This facility is crucial for supporting military recruitment efforts, ensuring operational efficiency and compliance with federal standards. Interested parties must submit their completed Proposal to Lease Space form and associated documents via email to William Felder at william.c.felder@usace.army.mil by 11:59 PM on October 4, 2024, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Armed Forces Career Center-Huntingdon Valley-PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,755 usable square feet of commercial retail space in Huntingdon Valley, Pennsylvania. The selected space must be within a 1-mile radius of 2060 County Line Road and include a secondary egress, as well as adequate parking for six government vehicles, both during the day and overnight. This procurement is crucial for ensuring that the Army has suitable facilities to support its operational needs, and it will be governed by a comprehensive lease agreement that outlines maintenance obligations, compliance with safety standards, and other essential terms. Interested parties should submit their proposals, including the proposed rental amount, by the specified deadline, and may contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or 410-443-1164 for further information.
    U.S. Government Space Required: Layton, UT
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of retail office space in Layton, UT, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 900 rentable square feet and a maximum of 1,010 rentable square feet, with a lease term of one year firm, extendable up to five years, and includes government termination rights. This procurement is crucial for maintaining operational efficiency as the current lease is expiring, and the government will evaluate the economic advantages of relocating. Interested parties must submit their proposals electronically to Jeffery Reed at jeffery.m.reed@usace.army.mil by 3:00 PM PDT on September 21, 2024, including necessary documentation such as exclusivity agreements and representation letters.
    Wasilla Air National Guard Recruiting Office
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals for a lease of approximately 344 square feet for the Air National Guard Recruiting Office in Wasilla, Alaska. The procurement requires bidders to provide a complete bid that meets specific criteria, including adherence to construction specifications, acceptance of the government lease terms without modifications, and competitive pricing for annual rent. This opportunity is crucial for establishing a functional recruiting environment that aligns with military standards and operational needs. Interested parties should direct inquiries to Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859, with proposals due by September 30, 2024.
    Recruiting Station - Navy Career Center - Tampa, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as a Navy Career Center in Tampa, Florida. The required space must range from 1,284 to 1,605 gross rentable square feet, with provisions for adequate parking for two government vehicles and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting recruitment efforts and must comply with various federal specifications, including energy efficiency standards and security requirements. Interested parties should submit their proposals, including a contractor's bid for build-out, to William Felder at william.c.felder@usace.army.mil by 11:59 PM on October 4, 2024, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Recruiting Station - Armed Forces Career Center - Hialeah, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as an Armed Forces Career Center in Hialeah, Florida. The required space must range from 2,636 to 3,295 gross rentable square feet and include provisions for secure parking for six government vehicles, as well as specific interior configurations such as private offices, workstations, and a conference room. This facility is crucial for military recruitment operations, ensuring accessibility and functionality for service members and the public. Interested parties must submit their proposals, including a contractor's bid for the build-out, by 11:59 PM on October 4, 2024, to John Jensvold at john.m.jensvold@usace.army.mil, and must be registered in the System for Award Management (SAM) prior to award.
    Armed Forces Career Center-Lansdale PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,989 usable square feet of commercial retail space in Lansdale, Pennsylvania, to support the Armed Forces Career Center. The space must be located within a 1-mile radius of 100 W. Main St. and must include a secondary egress and adequate parking for approximately nine government vehicles, both during the day and overnight. This procurement is crucial for ensuring the operational needs of the Army are met through a suitable facility, and proposals must include the proposed rental amount covering common area maintenance, taxes, and insurance. Interested parties should submit their proposals by 11:59 PM on the specified expiration date and may contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or 410-443-1164 for further information.
    Marine Corps Career Center-Quakertown-PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,000 usable square feet of commercial retail space in Quakertown, Pennsylvania, within a one-mile radius of 229 W. Broad Street. The leased space must include a secondary egress and adequate parking for one government vehicle, both during the day and overnight, and must adhere to government leasing requirements. This opportunity is crucial for supporting the operational needs of the Marine Corps Career Center, ensuring compliance with safety and health standards, and providing necessary services such as maintenance and utilities. Proposals are due by 11:59 PM on the expiration date of the solicitation, and interested parties should contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or by phone at 410-443-1164 for further details.
    US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN EL PASO, TX
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking expressions of interest to lease office space in El Paso, Texas. The Corps requires approximately 2,100 square feet of existing office space that adheres to federal and local regulations and includes parking provisions. The space will be used for official government purposes and should conform to specific building specifications. Interested parties are invited to provide the required information by the deadline. Contact Ashley Lee at the US Army Corps of Engineers for more details. The initial lease period is five years, and parties should respond with the specified information by 15th October 2024 to be considered.
    Notice of Intent to Renew Lease - Edmond, OK
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to renew a lease for approximately 1,000 rentable square feet of retail/office space in Edmond, Oklahoma, for an Armed Forces Career Center. The government is evaluating alternate space options that may be more economically advantageous, considering factors such as relocation costs and the need for non-exclusive on-site parking for two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts. Interested parties, including building owners and their representatives, must submit their qualifications and exclusivity agreements to Paige Pinkston at Paige.Pinkston@usace.army.mil or by phone at 918-669-7264, as the government aims to finalize arrangements before the current lease expiration.