OFFER TO LEASE APPROXIMATELY 1500 RENTABLE SQUARE FEET OF EXISITING SPACE IN AMARILLO, TX
ID: AMARILLO_RELOCATIONType: 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 seeking offers to lease approximately 1,492 to 1,860 rentable square feet of existing office space in Amarillo, Texas, for a five-year term. The leased space will serve as an Army Recruiting Office, with a desired occupancy date of September 1, 2025, and includes provisions for maintenance, janitorial services, and compliance with energy efficiency standards. Interested lessors must submit their proposals, including a flat rental rate and verification of flood plain status, by the specified deadline, with Ashley Lee as the primary contact for inquiries at ashley.a.kelley@usace.army.mil or by phone at 817-886-1091.

    Files
    Title
    Posted
    The document outlines a lease agreement between the U.S. Army Corps of Engineers (USACE) and a private lessor for property use over a term of five years for government purposes. The lease covers key aspects such as the premises description, rent details, maintenance responsibilities, termination rights, and insurance obligations. The document establishes the delivery schedule, conditions for occupancy, and safety standards for utilities and services, emphasizing compliance with applicable federal and state regulations. Key provisions include the obligation of the lessor to maintain the premises, including HVAC systems, fire safety measures, and compliance with accessibility standards. The lease allows the government to request alterations and specifies procedures for termination and dispute resolution. Utility installation and maintenance, along with janitorial services and pest control, are included as part of the lessor's responsibilities. This structured approach ensures that the leased space meets required operational standards, supporting the USACE’s mission of effective property management in accordance with government policies and regulations.
    The document is an authorization form for the U.S. Army Corps of Engineers (USACE) that allows individuals or companies to initiate or change direct deposit arrangements for payments. It outlines options for participants, including starting a new direct deposit, changing financial institutions or account numbers, updating addresses, or canceling participation in the program. It emphasizes the importance of ensuring the information provided matches the details in the associated lease agreement. Key information required includes the individual's or company's name, contact details, financial institution information, and a signature. The primary purpose of this document is to facilitate secure and efficient payment disbursement to authorized parties while adhering to federal guidelines for financial transactions. Participants are instructed to provide their Depositor Account and Routing Numbers, ensuring clarity for USACE in directing funds correctly. The form is structured to allow for easy completion and submission, maintaining compliance with government processes.
    The document outlines the Preliminary Assessment Screening (PAS) for a real property transaction associated with the U.S. Armed Forces Recruiting Offices. It includes essential project details such as property address, type of transaction (permit or easement), timeline, and involved parties. The document assesses whether the proposed transaction meets the screening criteria for categorical exclusion under 32 CFR, mentioning existing and potential property use, environmental restrictions, and responsible parties for remediation. The property is categorized based on contamination levels, ranging from uncontaminated (Type I) to known contamination (Type III). The assessment indicates no knowledge of hazardous substances on the property, supporting its classification as uncontaminated. Overall, this form serves to evaluate environmental impacts before proceeding with the real estate transaction for military recruitment purposes, ensuring compliance with federal regulations and safeguarding public health.
    The document presents a structured comparison of lease agreements across three comparable properties, focusing on specific lease terms and conditions necessary for evaluating potential rental arrangements. Each comparable entry includes critical information such as lease dates, tenant names, rental costs, property addresses, termination rights, services provided (electricity, gas, water, sewer, janitorial, etc.), building conditions, zoning details, and maintenance responsibilities. The format allows for a direct comparison of important lease aspects such as included services, amenities, and whether rental costs accommodate triple net charges. Additional elements like the age of the building, stories, number of restrooms, and allowances for finishes are documented to assess the buildings' suitability for intended uses. These details are vital in the context of government Request for Proposals (RFPs) and grants, as they inform decision-making regarding property leasing in compliance with regulatory standards. The document serves as a reference for stakeholders to determine the most favorable terms and conditions for leasing arrangements aligned with governmental objectives and budgetary constraints.
    The document is a Rental Proposal Worksheet used for evaluating rental agreements in federal government contracts. It outlines details for two buildings: an office building and a retail space. Key elements include the base rent, operating costs, and lease terms. The base rent for the office building is $14.95 per square foot, totaling an annual rent of approximately $10,734. Additionally, it details calculated operating costs totaling $0.00, suggesting no additional expenses for services like property taxes, insurance, and utilities. The proposal also specifies that the office building has three parking spaces for government employees and mentions potential Energy Star improvements. For the retail space, base rent and operating costs are both recorded as $0.00, indicating the space may be currently unlisted or unavailable. Lease terms include an undefined duration and constraints on termination notice, clearly indicating that these proposals must adhere to governmental expectations for quality, cost-effectiveness, and compliance with energy efficiency standards. The document serves as a framework for landlords to gauge their property’s suitability for federal leasing needs.
    The document comprises general clauses for acquisition of leasehold interests in real property pertaining to government offices, primarily outlining obligations and rights of both the lessor and government. It covers various critical areas including subletting and assignment, default conditions, maintenance responsibilities, and compliance with applicable laws. Key clauses stipulate that the government can sublet or assign the lease with prior consent from the lessor, while maintenance of the property and right to inspect are primarily the lessor’s responsibility. Provisions for payment, including conditions for prompt payment and requirements for invoicing, are detailed, along with standards of conduct to prevent unethical business practices. Labor standards emphasize equal opportunity and the prohibition of segregated facilities. Furthermore, penalties for illegal activities and procedures for dispute resolutions are integrated, highlighting the importance of compliance with federal regulations. Overall, the document serves as a comprehensive framework to ensure clear agreements and facilitate productive leasing arrangements between the government and private entities.
    The document presents a detailed floor plan for a military facility located at 6500 N. Mineral Dr., Coeur d'Alene, Idaho. It includes measurements and designated areas such as a living area, restroom, army storage, army office, and a test room. The floor plan outlines specific dimensions in feet and square footage for each area, indicating a total living space of 1493 square feet, along with other designated sections totaling 100, 80, 125, and 80 square feet, respectively. It appears to be a part of a broader government request for proposals (RFP) or federal grant application focused on infrastructure improvements associated with military facilities. The document underscores the need for organized space allocation tailored to military operations and efficient use of the specified areas. Such a detailed layout supports planning and budgeting efforts for enhancements in compliance with federal guidelines for military readiness and operational efficiency. Overall, the document serves as a foundational piece of a proposal aimed at upgrading facility efficiency and functionality for military purposes.
    The document outlines the construction and security specifications for Military Recruiting Facilities, detailing requirements applicable to various military services. It emphasizes compliance with federal, state, and local building codes while outlining the responsibilities of the lessor, including obtaining necessary permits and providing specific architectural and engineering plans. Key provisions include prohibitions on using equipment from specified foreign entities, ensuring energy efficiency, and meeting stringent security standards. The document mandates the installation of HVAC, plumbing, electrical systems, and various finishes following specific standards, including the use of Energy Star labeled products. It also highlights the need for adequate restroom facilities based on the number of recruiters and provides guidelines for emergency services, lighting, and fire safety equipment. Moreover, it describes the electrical and communication infrastructure required for operation, including detailed specifications for wiring, outlets, and security systems. Overall, the document ensures that the design and construction of military recruiting facilities achieve operational efficiency and stringent security while adhering to the highest construction standards.
    This document outlines the specifications and requirements for janitorial services to be provided for U.S. Army Corps of Engineers leased spaces. Services must be conducted twice a week during regular working hours (8:00 a.m. to 4:00 p.m., Monday through Friday) unless otherwise scheduled. Each cleaning appointment requires the presence of a Military Service Representative (MSR) for oversight. The contractor is responsible for all labor, materials, and environmentally friendly cleaning products, focusing on quality and compliance with industry standards. Key tasks include trash removal, vacuuming, hard surface cleaning, restroom sanitation, and the disinfection of high-touch areas. There are also detailed requirements for periodic services such as carpet and HVAC cleaning. Performance will be monitored through a Quality Control Program, and unsatisfactory work may lead to penalties, including payment deductions and potential contract termination. The document serves as a formal Request for Proposal (RFP) aimed at establishing contracts for effective and compliant janitorial services, emphasizing the importance of maintaining cleanliness and hygiene in government facilities.
    The Recruiting Facilities Program's Construction Specifications Bid Proposal Worksheet outlines the necessary components and requirements for contractors bidding on construction projects. The document specifies bid categories including HVAC/mechanical, plumbing, electrical, communications, safety, and fire equipment, with detailed sub-items under each category. Each listed item has a quantity, unit price, and subtotal, culminating in a grand total for bids. Contractors must ensure compliance with all relevant construction specifications provided by the US Army Corps of Engineers (USACE) and fill the proposal worksheet completely to avoid rejection. The worksheet emphasizes various elements such as architectural finishes, signage, security systems, and necessary permit fees. This proposal form facilitates the evaluation process of bids, ensuring a standardized approach to the procurement of construction services for government facilities. The document's structured format is designed to streamline the bidding process and uphold regulatory standards within government contracting.
    The document provides a step-by-step guide for registering an entity on the System for Award Management (SAM) in order to become eligible for federal contracts. It outlines the procedure, starting from creating a personal account on www.sam.gov and selecting the type of entity, to completing core data related to the business, including general and financial information. Key requirements include having a DUNS number and a Taxpayer Identification Number (TIN), with directions on how to acquire these if not already obtained. The registration process involves filling out various sections such as Assertions, Representations and Certifications, and Points of Contact, which must be completed before activation. The document emphasizes that registering in SAM is free and guides users to additional resources like the SAM User Guide and Help Desk for further support. Ultimately, the purpose of the file is to facilitate the registration of entities so they can successfully bid on government contracts and grants, streamlining access to federal procurement opportunities.
    This document outlines the necessary registration codes for real estate businesses in the federal government context, specifically for System for Award Management (SAM) and DUNS registration. It provides a partial list of North American Industry Classification System (NAICS) codes relevant to real estate activities, including lessors for various types of properties, real estate agents, and property managers. Additionally, it presents an extensive list of Product Service Codes (PSC) associated with lease-rent activities for different structures, ranging from office and educational buildings to industrial and recreational facilities. The document emphasizes the importance of due diligence in researching applicable codes and offers links for further exploration of NAICS and PSC classifications. The underlying purpose is to guide entities seeking federal grants, RFPs, and contracts within the real estate sector, ensuring compliance and accurate classification for government procurement processes.
    The U.S. Army Corps of Engineers has issued a Request for Proposal (RFP) for leasing office space for the Army Recruiting Office in the Amarillo, Texas area. The proposal seeks a space between 1,492 and 1,865 gross square feet for a five-year term, with desired occupancy by September 2024. Offers must include a flat rental rate, verification of flood plain status, and statements on utility cost escalations. Maintenance, tenant improvements, and various services like janitorial and parking for government vehicles are required. Energy efficiency standards, including acquiring an Energy Star label, are mandated unless certain exceptions apply. The selection process will focus on total cost, quality of terms, space size, and building conditions. Offers must be completed by specified deadlines, with negotiations and final acceptance contingent on fair market appraisal. The RFP emphasizes confidentiality, compliance with federal regulations, and the importance of providing a secure and compatible environment for military personnel. Offers can be submitted via email or physical mail, ensuring that all specified enclosures are included. Ashley Lee serves as the primary contact for inquiries and submission.
    Similar Opportunities
    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.
    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.
    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. 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.
    DACA675260004900 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,536 gross square feet of retail space in Vancouver, WA for an Armed Forces Career Center (Military Recruiting Office)
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals to lease approximately 2,536 gross square feet of retail space in Vancouver, Washington, 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 regarding location, accessibility, and building standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various operational and safety standards. Interested parties must submit their proposals electronically by February 1, 2026, and can direct inquiries to Tyrrell Tucker at tyrrell.c.tucker@usace.army.mil or Ryan Maas at Ryan.j.maas@usace.army.mil.
    Armed Forces Career Center - Hiram, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,200 to 1,400 gross rentable square feet of commercial retail space in Hiram, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks immediate occupancy due to an unplanned relocation, preferring a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with termination rights and non-exclusive parking for four government vehicles available 24/7. This opportunity is critical for supporting military recruitment efforts, and interested parties must submit a signed Proposal to Lease Space document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact Caleb Hill at caleb.c.hill@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking sources for leased retail and related space in Richardson, Texas, as the current lease is set to expire. The government aims to lease between 6,900 and 7,000 square feet of existing Class A or B retail space, with specific requirements including compliance with federal, state, and local ordinances, force protection standards, and readiness for occupancy by February 7, 2026. This procurement is crucial for maintaining operational continuity and minimizing relocation costs, and interested parties must submit expressions of interest, including building details and rental rates, to Anna Cleveland by December 31, 2025.
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.
    Armed Forces Career Center - Centerville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 5,380 to 6,675 gross rentable square feet of commercial retail space in Centerville, Georgia, specifically for Armed Forces Recruiting purposes. The government seeks a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with options for termination rights and the provision of non-exclusive parking for 19 government vehicles. This opportunity is critical for establishing a recruiting presence in the specified area, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, potential respondents can contact James Rivard at james.p.rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil, with all submissions required to comply with federal regulations and SAM registration processes.
    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.