DACA675250018600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 4,664 gross square feet of retail space in Longview, Washington for an Armed Forces Career Center (Military Recruiting Office)
ID: DACA675250018600Type: 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 United States Army Corps of Engineers (USACE) is seeking to lease approximately 4,664 gross square feet of retail space in Longview, 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 for location, accessibility, and layout to ensure compliance with government standards. This retail space is crucial for military recruitment efforts and must be situated in a prime retail area, with considerations for safety, accessibility, and environmental regulations. Interested parties should submit their proposals electronically by January 30, 2025, and may contact Tyrrell Tucker at tyrrell.c.tucker@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further inquiries.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) has issued Request for Lease Proposals (RLP) No. DACA675250018600, seeking offers for a fully-serviced lease of approximately 3,361 Gross Square Feet and 3,631 Net Square Feet of space in Longview, Washington, due by January 30, 2025. The lease term is up to five years with termination rights, requiring 24-hour access, communications infrastructure, adequate parking, and secondary egress provisions. The RLP outlines the evaluation criteria, emphasizing the importance of layout efficiency, accessibility compliance, and environmental safety. Potential offerors must provide documentation evidencing ownership or control of the property, detailed pricing information, and adherence to federal regulations concerning asbestos, historic preservation, and environmental assessments. The award will be made based on the best overall value considering price and technical factors, with an emphasis on past performance and the physical condition of the proposed lease space. The process encourages direct transactions with the designated RECO, prohibiting negotiations with unauthorized parties. This RLP reflects the U.S. government's commitment to transparency and compliance, ensuring that the selected proposal aligns with federal standards and operational needs.
    The USACE Recruiting Form 1364 is a Rental Proposal Worksheet used by the United States Army Corps of Engineers, Seattle District, to collect information for leasing property. The document requires details about the building, including name, address, and dimensions, alongside financial data such as base rent, property taxes, insurance, and various maintenance costs. It includes a section for owner and leasing agent contact information and outlines lease terms, including a five-year duration and cancellation rights. The form stipulates essential documentation, such as evidence of ownership and registration in the System for Award Management (SAM) for entities wishing to lease to the government. Acceptance of the lease terms and general clauses is mandatory for consideration. The document aims to facilitate a transparent and organized process for property leasing proposals to ensure compliance with government regulations.
    The U.S. Government Lease No. DACA675XXXXX establishes a rental agreement between the United States Army Corps of Engineers (USACE) and a Lessor for approximately [insert square footage] of office space intended for government use. The lease spans a term of five years, commencing upon acceptance of the premises. It outlines the responsibilities of both parties concerning payment, maintenance, and operational compliance. Key provisions include the Government's obligation to pay annual rent in specified amounts, contingent upon appropriated funds. The Lessor is responsible for ensuring the leased property meets applicable building codes, providing necessary utilities, and maintaining the premises in a tenantable condition. The lease allows for termination by the Government with a 90-day notice, and alterations requested by the Government must be completed by the Lessor, with the possibility of rent reimbursement based on completion milestones. Compliance with environmental regulations and safety standards, including fire safety systems and access for persons with disabilities, is critical. Notably, the document affirms that the Government does not assume liability for damages outside its control and that any act of gratuity towards Government employees can lead to lease termination. This lease exemplifies processes aligned with federal guidelines for real estate engagements to ensure responsible and lawful use of government resources.
    This document outlines the general clauses associated with Lease No. DACAXX5XXXXXXX00, primarily between a lessor and the government, addressing the acquisition of leasehold interests in real property. Key topics include provisions for subletting, assignment, and compliance with existing mortgages, ensuring that the government can assign or sublet premises without incurring undue liabilities. It establishes mutual obligations, including maintenance responsibilities of the property, rights to inspect, and procedures for handling defaults by the lessor. It governs termination conditions related to fire or casualty damage and compliance with local laws, ensuring the property meets safety and occupancy standards. The document also highlights payment terms, emphasizing prompt payment requirements and conditions for invoices. Critical provisions regarding anti-kickback procedures, drug-free workplace mandates, and telecommunications equipment stipulations reflect federal compliance and procurement integrity. This lease encapsulates the essential legalities governing lease transactions within federal grant and bidding contexts, ensuring clarity and adherence to governmental standards.
    The Recruiting Facilities Program outlines a detailed bid proposal worksheet for construction and renovation projects, prioritizing compliance with specific requirements from the U.S. Army Corps of Engineers (USACE). The worksheet categorizes necessary construction elements into HVAC, plumbing, electrical, communications, safety and fire equipment, and architectural finishes, among others. Each category includes various sub-items, such as restroom fixtures, conduit, interior lighting, and security systems, with a prescribed quantity and reference cost per item. Most items are listed with a generic quantity of one and a placeholder cost. The document emphasizes the importance of completing the proposal fully to avoid rejection by USACE. Other considerations include insurance, permits, taxes, and overhead costs. The overarching goal is to facilitate the procurement process for contractors participating in federal level projects, ensuring all specifications are met for successful project delivery and compliance with federal guidelines. This structured approach aids in achieving transparency and accountability in governmental construction contracts.
    The document outlines specifications and requirements for janitorial services for U.S. Army Corps of Engineers leased facilities. The contractor is tasked with providing cleaning services on a specified schedule (two or three times a week) during normal business hours, with military service representatives overseeing operations. Key tasks include trash removal, vacuuming, disinfecting high-touch surfaces, and maintaining restrooms, with a focus on using environmentally friendly products. The contractor must maintain a Quality Control Program, conduct regular inspections, and address deficiencies to meet standards. Additionally, background checks for personnel and strict identification protocols are stipulated. The agreement emphasizes quality service compliance and stipulates consequences for unsatisfactory performance, including potential payment deductions or contract termination. Overall, the document serves as a comprehensive guide for contractors on delivering effective janitorial services while adhering to government regulations and standards.
    The file outlines key representations and certifications required from the lessor in a government lease contract (Lease No. DACA6752X00XXX00). It includes a certification of ownership, ensuring the lessor holds legal title and the right to lease the property, with indemnification clauses for the government in case of title failure. It mandates submission of a Taxpayer Identification Number (TIN) to fulfill federal debt collection and reporting requirements, along with details on business type, size, and any association with a common parent. Moreover, it details the representations regarding small business statuses, including definitions for small, women-owned, veteran-owned, and service-disabled veteran-owned businesses under federal contracting guidelines. The document also addresses compliance with previous contracts and affirmative action programs, focusing on equal opportunity obligations. Additionally, it stresses the necessity of registration in the System for Award Management (SAM) database, which is critical for conducting business with the government. This represents a comprehensive set of requirements for businesses seeking to engage in government contracts, ensuring compliance with legal, financial, and ethical standards in federal leasing processes.
    The Lessor's Annual Cost Statement is a document mandated by the General Services Administration (GSA) for use in federal lease proposals. Its primary purpose is to gather an estimated annual cost breakdown for services and utilities provided by lessors as part of rental agreements. The form is structured into two main sections: estimated annual costs of services and utilities, and estimated annual costs of ownership excluding capital charges. Section I outlines various categories such as cleaning, heating, electrical services, and maintenance, requiring lessors to provide estimated costs for both the entire building and the government-leased area. Section II focuses on ownership costs, including real estate taxes, insurance, and management fees. The document emphasizes the need for lessors to provide a comprehensive estimate of expenses necessary for the maintenance and operation of buildings leased to government agencies. This data is essential for assessing fair market rental values. Lessor certification is required at the end, affirming the accuracy of the information provided. Overall, it serves as a crucial tool in evaluating lease proposals to ensure they align with prevailing market standards.
    This document serves as a Certificate of Authorization related to Lease No. DACA675__00__00. It establishes the authority of a specified individual to sign a lease on behalf of a corporation or LLC, certifying their role as the Secretary or principal of the entity named as the Lessor. The individual signing the lease must do so with the authority granted by the corporation’s governing body, ensuring all actions are within the scope of its powers. Additionally, the document includes a section for the date and the corporate seal, signifying official acknowledgment and validation of the lease agreement. This certificate is essential in the context of government RFPs, federal grants, and state/local RFPs, where confirming the authorized signer’s legitimacy is critical for legal and transactional purposes.
    This document serves as a Certificate of Authorization for Lease No. DACA675__000__00, establishing a partnership agreement in which the signatories certify their roles as General Partners in the Partnership identified as the Lessor. The document affirms that both partners possess the authority to bind the Partnership through their respective powers as defined in the Partnership Agreement. The certificate outlines key details, including the names of the General Partners and the requirement for their signatures to validate the lease. It is officially dated and may include a seal for authenticity. Overall, this authorization is crucial in the context of federal grants and RFPs, ensuring that the necessary legal agreements are recognized and comply with regulatory standards.
    This document outlines an Agency Agreement that serves as an authorization for a property manager to act on behalf of a property owner in relation to leasing a property to the government. It requires the property owner to certify their ownership of the specified property and affirm that the designated agent has the legal authority to negotiate, sign, and manage the lease and its associated agreements. Additionally, the agent is empowered to handle financial transactions and maintenance concerns related to the lease. The required signatures and printed names of the owner and their agent confirm this authority. The purpose of this certificate is to ensure clarity regarding agency representation in government leasing transactions, a critical consideration within federal and local government procurements and agreements.
    Similar Opportunities
    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.
    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.
    U.S. Government Seeks Retail and Related Space for Armed Forces Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking to lease approximately 7,200 gross/rentable square feet of existing Class A or B retail space for an Armed Forces Recruiting Office in the Missouri City, Texas area. The space must comply with federal, state, and local ordinances, meet force protection standards as per the Department of Defense’s Unified Facility Criteria, and include designated or open parking. This procurement is crucial for establishing a functional recruiting office that supports military recruitment efforts. Interested parties should submit expressions of interest, including building details and rental rates, to Jeff Veselka at jeffery.d.veselka@usace.army.mil by December 31, 2025. This notice serves as a request for information only and is not a solicitation for offers.
    Armed Forces Career Center - Hinesville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, 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 James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    U.S. Government Space Required in Visalia, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    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.
    Retail Space to Lease - Fountain Valley, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to lease retail space in Fountain Valley, California, for an Armed Forces Career Center. The procurement requires a minimum of 4,759 net/usable to a maximum of 5,207 gross/rentable square feet of existing Class A or B retail space, with specific requirements for ingress/egress, parking, and compliance with government lease terms. This facility will play a crucial role in supporting military recruitment efforts, necessitating a location free from incompatible businesses and with adequate public transit access. Interested lessors must submit proposals by 5:00 PM PST on January 9, 2026, and can contact Almer Capalac at almer.capalac@usace.army.mil or 213-431-5290 for further details.
    U.S. Government Space Required in Modesto, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking proposals for a full-service lease of retail office space in Modesto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,841 rentable square feet and a maximum of 6,367 rentable square feet, with a lease term not exceeding five years and the option for government termination rights. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their proposals electronically by 12:00 PM PDT on December 21, 2025, to Stacy Mooney at Stacy.A.Mooney@usace.army.mil, and must include necessary documentation such as exclusivity agreements and representation letters.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.