US Army Innovative Directorate Office
ID: W912QR-USARMYINNOVATIVEOFFICEType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is seeking proposals for a fully-serviced, furnished lease of approximately 7,000-9,500 Gross Square Feet in Chicago, Illinois, as part of Request for Lease Proposals (RLP) No. DACA275250036700. The procurement requires compliance with specific requirements, including 24-hour access, communications infrastructure, security upgrades, and parking for government vehicles, while emphasizing the importance of efficient layout, accessibility, and environmental considerations. This opportunity is crucial for maintaining operational efficiency and safety within government facilities, with proposals due by March 8, 2025. Interested parties can contact Amy Lord at amy.m.lord@usace.army.mil or call 502-595-7415 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is currently inaccessible due to technical limitations, preventing the review of its specific contents. However, it appears to relate to federal government requests for proposals (RFPs), grants, and related opportunities at the state and local levels. Such documents typically serve to solicit project proposals from private sector companies, non-profits, and other organizations tailored to meet government needs. These government initiatives focus on promoting economic development, improving public services, and addressing various community challenges through competitive bidding processes. The overarching aim of these RFPs and grants is to secure innovative solutions and effective service provisions while ensuring compliance with federal guidelines and regulations. As a part of transparency and accountability, these documents often outline eligibility criteria, funding amounts, submission deadlines, and evaluation methodologies to assess proposals' alignment with government objectives. The intent is to foster partnerships that advance public interests while adhering to legal and fiscal standards. Without access to the actual data, further details and nuances cannot be determined.
    The lease agreement outlined in Lease No. DACAXX5XXXXXXXXX between the U.S. Army Corps of Engineers (USACE) and the Lessor specifies terms for the rental of property for government purposes under the authority of 10 U.S.C. 2661. It includes crucial details such as the duration of the lease, financial arrangements, maintenance responsibilities, and conditions for termination and renewal. The lease defines "Premises" and associated space requirements, alongside the Lessor’s obligation to provide comprehensive maintenance services—covering utilities, fire alarm systems, and air quality standards. The Government retains the right to terminate the lease under specified conditions, ensuring flexibility aligned with federal funding constraints. Key documents, including floor plans and specifications, are integral to enforce compliance with safety and accessibility standards. The lease underscores the importance of the Lessor's performance, particularly in maintaining tenantable conditions while providing efficient operational support to government staff. This document reflects the essential framework for partnerships between the government and private sectors under federal contracting guidelines.
    The government document outlines general clauses related to the acquisition of leasehold interests in real property, detailing various legal and operational provisions. It includes definitions, management of subletting, obligations of lessors, rights of inspection, and payment conditions. Key areas detailed include the subordination of leases, the rights of the Government to inspect properties and ensure maintenance compliance, and processes for payment and financial conduct. Additionally, clauses addressing contractor ethics, equal opportunity provisions, and compliance with applicable laws are emphasized. The document serves as a comprehensive guide for both lessors and the government to understand their responsibilities and rights under various leasing arrangements and contracts. Its structured approach facilitates an organized comprehension of critical legal terms necessary for the management of government leases, enhancing overall accountability and operational transparency.
    The document outlines the janitorial specifications for a federal facility, detailing the cleaning and maintenance services required to uphold hygiene standards. Services are scheduled for completion during normal office hours on designated weekdays, including regular tasks such as trash removal, vacuuming, disinfecting restrooms, and surface cleaning. Monthly responsibilities extend to dusting surfaces and cleaning windows, while quarterly tasks involve cleaning HVAC intakes. Additionally, semi-annual deep cleaning by certified professionals is mandated, particularly for carpets, and annual cleaning of light fixtures is required. The document emphasizes the use of environmentally friendly cleaning products and adherence to specific performance standards, ensuring that cleaning activities do not disrupt office operations. Overall, the specifications aim to maintain a clean and safe environment for occupants while fulfilling government contract obligations.
    The document outlines the Representations and Certifications required from the Offeror for leases under the federal government's Simplified Lease Acquisition Threshold. It emphasizes the necessity for the Offeror, who is the property owner, to complete specific certifications regarding small business status, previous contract compliance, affirmative action compliance, tax liabilities, and lobbying disclosures. Key components include eligibility standards for Small Business definitions, such as annual revenue thresholds and staff size limits, alongside representations about participating in programs for economically disadvantaged or women-owned businesses. The Offeror must disclose any unpaid federal taxes or felony convictions to avoid contract disqualification. The document also specifies compliance requirements, including registration in the Central Contractor Registration (CCR) system, along with providing a DUNS number. These certifications and representations are vital for ensuring integrity and compliance in government contracting, reinforcing efforts to prioritize small and disadvantaged business participation in federal procurement processes.
    The Limited Liability Certificate serves to verify that specific officers listed possess the authority granted by their governing body to execute leases and supplemental agreements on behalf of their organization. The document requires the printed names and signatures of the authorized individuals, ensuring that those who sign any attached instruments are duly authorized to do so. Additionally, it stipulates that the Secretary or Attesting Officer cannot be the same person as the individual signing the attached document, thereby reinforcing accountability within the delegation of authority. This form plays a critical role in confirming the legitimacy and authorization necessary for various leasing agreements related to government RFPs, federal grants, and state/local RFPs, thereby safeguarding against unauthorized transactions within these formal processes.
    The document serves as an Agent Certificate, formally authorizing a designated agent to manage a specific property on behalf of the principal owner. The agent is empowered to execute leases, collect rents, perform emergency repairs, issue and complete cancellation notices, and release obligations related to the property. This authorization remains in effect until the owner provides written cancellation. The certificate includes spaces for the agent's name, address, phone number, the owner's signature, and dates for attestation. This type of document is relevant in the context of government Requests for Proposals (RFPs) and grants, as it facilitates clear communication of responsibilities and legal authority concerning property management, ensuring compliance with governmental agreements in real estate transactions.
    The U.S. Army Corps of Engineers (USACE) has issued Request for Lease Proposals (RLP) No. DACA275250036700 for a fully-serviced, furnished lease of approximately 7,000-9,500 Gross Square Feet in Chicago, Illinois, due by March 8, 2025. The document outlines requirements for space, including 24-hour access, communications infrastructure, security upgrades, and parking for government vehicles. It specifies eligibility for award based on factors like efficient layout, accessibility, fire protection, and environmental considerations, particularly concerning hazardous materials like asbestos. Offerors must submit their proposals electronically, detailing pricing, layout, and compliance with specific lease requirements outlined in provided forms. The evaluation criteria will balance pricing and technical factors, with the best value awarded to responsible Offerors. A successful proposal must comply with federal regulations, sustainability standards, and historical preservation laws. The USACE emphasizes that the selection will consider overall building appearance and practicality of the proposed space layout, highlighting thorough evaluations and potential negotiations. This RLP targets to foster effective partnerships through transparency and due diligence in securing leasehold interests for government use, underscoring the importance of safety and compliance in all aspects of leasing space for governmental operations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DACA675260000400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,500 gross square feet of office space in Hayden, ID for a USACE Recruiting Office
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,500 gross square feet of office space in Hayden, Idaho, for a USACE Recruiting Office. The procurement requires a fully serviced lease that includes specific features such as 24-hour access, communication infrastructure, and adequate parking for government vehicles. This office space is crucial for supporting military recruitment efforts and ensuring operational efficiency within the region. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Colin Loberg at colin.g.loberg@usace.army.mil or Rora Oh at Rora.Oh@usace.army.mil for further details.
    ARMED FORCES CAREER CENTER
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the leasing of office space designated for the Armed Forces Career Center in Champaign, Illinois. The procurement involves a leasing agreement that spans from 2021 to 2026, with specific requirements for maintenance, compliance with building codes, and the provision of utilities by the Lessor. This opportunity is crucial for supporting military recruiting efforts and ensuring that the facilities meet operational and safety standards. Interested parties can contact Casey Murphy at casey.m.murphy@usace.army.mil or by phone at 502-315-6983 for further details regarding the solicitation process.
    Lessors of Nonresidential Office Space for Lease
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for the lease of nonresidential office space in Kansas City, Missouri, under Request for Lease Proposals (RLP) No. DACA415250003700. The government requires approximately 1,580 gross square feet of fully serviced office space with a potential lease term of up to five years, emphasizing compliance with environmental, safety, and accessibility standards. This procurement is crucial for providing adequate facilities to support government operations and military recruitment efforts. Proposals are due by March 8, 2025, and interested parties can contact Rick Randle at rick.randle@usace.army.mil or Mark E. Gellings at mark.e.gellings@usace.army.mil for further information.
    Lease Acquisition
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the lease acquisition of office space in Saint Louis, Missouri, under Lease Number DACA-31-5-2025-0114. The procurement requires a space ranging from 4,500 to 5,000 square feet, located on the second floor or above, with 24-hour access and adequate communication and parking facilities. This leasing opportunity is crucial for fulfilling the operational needs of the government while ensuring compliance with environmental regulations and safety standards. Proposals are due by March 7, 2025, and interested parties can contact Stacy Kohan at stacy.i.kohan2@usace.army.mil or Jacob Purcell at jacob.a.purcell@usace.army.mil for further information.
    U.S. Army Recruiting Center - Murrieta
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for a fully serviced office space in Murrieta, California, under RLP No. DACA095250078200. The procurement requires a lease term of up to five years, with specifications for 1,401 gross square feet and at least 2,320 net square feet, along with essential features such as 24-hour access, connectivity infrastructure, and adequate parking for government vehicles. This opportunity is crucial for the Army's operational needs, emphasizing compliance with safety, environmental regulations, and sustainability practices. Proposals are due by March 13, 2025, and interested parties can contact Michael Husted at michael.a.husted@usace.army.mil or Dustin Ku at Dustin.C.Ku@usace.army.mil for further information.
    DACA675260000800 - United States Army Corps of Engineers (USACE) seeks to lease approximately 4,504 gross square feet of retail space in Everett, WA for an Armed Forces Career Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 4,504 gross square feet of retail space in Everett, Washington, for an Armed Forces Career Center. The lease will be for a full term of 60 months and must include base rent, common area maintenance, utilities, and janitorial services, with specific requirements for location, accessibility, and compliance with safety standards. This facility will play a crucial role in military recruitment efforts, necessitating a professional office setting that meets various operational and security specifications. Interested parties must submit their proposals electronically by March 31, 2025, and can direct inquiries to Donna Seals at donna.k.seals@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.
    DACA675260000200-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,016-9,233 gross square feet of retail space in Tukwila, WA for an Armed Forces Recruiting Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 7,016 to 9,233 gross square feet of retail space in Tukwila, WA, for an Armed Forces Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential features such as 24-hour access, adequate parking for 25 government vehicles, and necessary communications infrastructure. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency for recruiting personnel. Interested lessors must submit their proposals by January 31, 2025, and can direct inquiries to Jessica Butko at jessica.L.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    Retail Space to Lease – El Centro, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the leasing of retail space in El Centro, California, under Solicitation No. DACA095240075400. The government requires approximately 2,556 to 3,363 square feet of fully-serviced space that meets specific operational needs, including 24-hour access, adequate parking, and compliance with safety and accessibility standards. This opportunity is crucial for supporting military recruitment and operational functions, ensuring that the facilities are equipped to serve personnel effectively. Proposals are due by March 14, 2025, and interested parties should contact Lihua Chen at lihua.chen@usace.army.mil or call 626-701-4901 for further details.
    US Armed Forces Recruiting Lease - Little Rock and N. Little Rock
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking a lessor for a lease agreement related to the rental of premises for government purposes in North Little Rock, Arkansas. The lease, which can span from one to five years depending on congressional appropriations, outlines the responsibilities of both the lessor and the government, including compliance with safety, environmental, and accessibility standards, as well as maintenance and utility provisions. This procurement is crucial for ensuring that the facilities meet federal regulations and support the operational needs of the armed forces. Interested parties can contact LaTasha Rideout at latasha.l.rideout@usace.army.mil or by phone at 501-324-5878 for further details.
    ARMED FORCES CAREER CENTER
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for leasing space for an Armed Forces Career Center in Jacksonville, Illinois. The procurement involves leasing office buildings, with specific requirements for construction and security specifications that adhere to established General Standards and compliance with the National Defense Authorization Act. This opportunity is crucial for supporting military recruitment efforts, ensuring that facilities meet operational and safety standards. Interested parties can contact Savannah Kluge at savannah.l.kluge@usace.army.mil or Andrea Heger at andrea.g.heger@usace.army.mil for further details regarding the solicitation process.