Request for lease Office Space in Freeport/Lake Jackson Area
ID: DACW64-5-25-5956Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT GALVESTONGALVESTON, TX, 77550-1229, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District Galveston, is seeking proposals for the lease of office space in the Freeport/Lake Jackson area of Texas. The government requires between 2,200 to 2,500 rentable square feet of modern office space, which must include a minimum of 7 secured parking spaces and 10 additional parking spaces for government employees and guests. This procurement is crucial for ensuring that the Army has a suitable and accessible workspace that meets federal standards, including compliance with the Architectural Barriers Act Accessibility Standard. Interested parties must submit their proposals by March 4, 2025, and can contact Micaela Kinsey at Micaela.E.Kinsey@usace.army.mil or by phone at 409-766-3115 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a proposal form used for leasing space in response to a Government Request for Lease Proposals (RLP). It covers essential details such as the building's description, offered space specifications, and financial terms. Key sections include the total rentable space, tenant improvement costs, operating costs, shell rent, and lease terms. The offeror must provide detailed calculations for various rental components, including build-out costs, amortization terms, and parking provisions. The proposal also requires the offeror to disclose additional information regarding floodplain status, seismic safety, and environmental concerns like asbestos. Commissions, tenant improvement fee schedules, and any additional financial aspects are detailed to ensure clarity on costs associated with the lease. The document emphasizes compliance with the RLP requirements and mandates the submission of any related attachments. Overall, the purpose is to facilitate leasing arrangements for government usage, ensuring that offers are comprehensive and tailored to meet specific governmental needs while adhering to the standards and criteria outlined in the RLP. This form underscores the importance of structured proposals in public sector leasing processes.
    The document is the Lessor's Annual Cost Statement, utilized in the government leasing process to provide a breakdown of estimated annual costs related to services, utilities, and ownership of a building. It requires lessors to estimate expenses for various services such as cleaning, heating, electrical maintenance, and supply costs associated with maintaining the property. The statement also encompasses annual ownership costs exclusive of capital charges, including real estate taxes, insurance, and management fees. Lessees must compute rental areas accurately and provide a detailed estimate of the total costs for both the entire building and the government-leased area, adhering to guidelines set by the General Services Administration (GSA). The document emphasizes that rental charges align with prevailing market rates, enhancing transparency in the government’s leasing operations. The certification section requires lessors to confirm the accuracy of their cost estimates, reinforcing accountability in the leasing process. Overall, the Lessor's Annual Cost Statement serves as a critical tool in determining fair rental prices aligned with service provision and ownership costs.
    This document outlines the General Clauses related to the Acquisition of Leasehold Interests in Real Property within the federal procurement framework. It references the General Services Administration Regulations (GSAR) and Federal Acquisition Regulation (FAR), detailing various clauses governing lease agreements. Key sections address the definitions of terms, rights of subletting and assignment, obligations upon successors, maintenance responsibilities, and standards of conduct for contractors. The lease structure emphasizes mutual obligations, the process for lease adjustments, and stipulations regarding damages and default by lessors. Specific attention is given to compliance with applicable laws, safety and health standards, and the requirement for inspections and certifications. The document underscores the government's rights and responsibilities during the leasing process, ensuring adherence to federal regulations while promoting efficient management of leased properties. The clauses included are essential for transparent dealings in government procurement, reflecting a commitment to regulatory compliance and ethical business practices within federal contracting.
    The document serves as a short form for government representations and certifications, specifically for federal lease acquisitions below the Simplified Lease Acquisition Threshold. It requires Offerors to declare their business status—categorizing as a small business, women-owned, veteran-owned, or others—based on the North American Industry Classification System (NAICS) code and established size standards. Key sections include compliance with federal tax liability, previous contract compliance, affirmative action programs, and lobbying certification. Offerors must submit their Taxpayer Identification Number (TIN) and record their DUNS number, emphasizing the necessity of registration in the Central Contractor Registration (CCR) system. The document is structured in a checklist format to ensure all necessary representations and certifications are completed prior to contract awards. It highlights the importance of adhering to federal regulations and maintains transparency in government contracting processes. The overall purpose is to establish accountability and compliance standards for participating entities in government procurement, fostering integrity and supporting federal initiatives to promote minority-owned and small business concerns.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing between 1,000 and 1,200 square feet of existing Class A or B retail space in Rockwall, Texas. The leased space must comply with federal, state, and local ordinances, meet force protection standards, and be ready for occupancy by February 1, 2024, with an initial fully serviced five-year lease intended. Interested parties are required to submit expressions of interest that include specific property details and must do so by April 1, 2025. For further inquiries, contact Cynthia Easter at cynthia.easter@usace.army.mil or call 817-886-1059.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leased retail and related space in Nacogdoches, Texas, as the current lease is set to expire. The government aims to lease between 3,000 and 3,400 gross square feet of existing Class A or B retail space that meets federal, state, and local ordinances, including force protection standards, and must be ready for occupancy by August 14, 2025. This procurement is crucial for maintaining operational continuity and minimizing relocation costs, as the government evaluates alternative spaces that can fulfill its requirements. Interested parties should submit expressions of interest, including building details and rental rates, to Mark Hansen at the U.S. Army Corps of Engineers by April 13, 2025, via email at mark.hansen@usace.army.mil or by phone at 817-886-1790.
    U.S. Government Space Required: San Jose, CA
    Buyer not available
    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 San Jose, California, for a U.S. Armed Forces Career Center. The government requires a minimum of 1,108 rentable square feet and a maximum of 1,700 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 capabilities and providing necessary services to the armed forces, with a focus on cost-effectiveness and logistical considerations for relocation. Interested parties must submit their proposals electronically to Madison Devine at madison.devine@usace.army.mil by 9:00 AM PDT on March 18, 2025, including required documentation such as exclusivity agreements and representation letters.
    U.S. Government Space Required: Fresno, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of professional/medical office space in Fresno, CA, for a U.S. Navy Armed Forces Career Center. The requirements include a minimum of 1,760 rentable square feet of office space, with a lease term of one year, extendable up to five years, and specific conditions such as 24-hour access, reserved parking for government vehicles, and compliance with seismic safety standards. This procurement is crucial for establishing a functional recruiting facility that meets operational and safety standards. Interested parties must submit their proposals electronically by 12:00 PM PDT on February 10, 2025, to Quin Davis-Ostrander at quintel.davis-ostrander@usace.army.mil.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE, KERRVILLE, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 2,550 gross square feet of existing Class A or B retail space in Kerrville, Texas, with a focus on compliance with federal, state, and local ordinances. The leased space must meet specific building specifications, including force protection standards as per the Department of Defense's Unified Facility Criteria, and should be ready for occupancy by March 31, 2025. This opportunity is crucial for establishing a retail presence that meets the operational needs of the Army Corps of Engineers. Interested parties are encouraged to submit expressions of interest, including property details and contact information, to William Johnston at william.b.johnston@usace.army.mil by the deadline of March 31, 2025.
    Army Recruiting Center, Hampton, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a fully serviced lease for the Army Recruiting Center located in Hampton, Virginia. The procurement seeks approximately 1,400 Gross Square Feet of office space, with specific requirements for amenities such as 24-hour access, communication infrastructure, and adequate parking, while ensuring compliance with federal regulations and environmental standards. This opportunity is crucial for supporting the operational needs of the Army in the region, and proposals are due by March 21, 2025. Interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    U.S. Government Space Required: Daly City, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a lease of approximately 2,130 gross square feet of space in Daly City, California, under Solicitation No. DACA055250032700. The lease is intended for military recruiting facilities and requires compliance with various safety, accessibility, and environmental standards, including provisions for 24-hour access, parking for government vehicles, and necessary communications infrastructure. This opportunity is crucial for supporting military operations and ensuring that the facilities meet federal guidelines for security and functionality. Interested offerors must submit their proposals by March 24, 2025, at 5:00 PM PST, and can direct inquiries to Madison Devine at madison.devine@usace.army.mil.
    U.S. Government Space Required: Sacramento, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to negotiate a sole-source lease for professional office space in Sacramento, California. The requirement includes 6,218 rentable square feet of Class A or Class B office space, with a lease term of one year firm, extendable up to five years, and specific operational and security requirements that must be met. This procurement is crucial for supporting the mission of the U.S. Army Corps of Engineers, and interested parties, including building owners and their representatives, must submit their responses by 3:00 PM PDT on March 17, 2025, to Geneva Lee at geneva.lee@usace.army.mil.
    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 approximately 4,500 square feet of office space in St. Louis, Missouri. The procurement aims to secure a suitable location that meets specific requirements, including second-floor or above placement, unrestricted access, and compliance with federal standards such as seismic safety and environmental assessments. This leasing opportunity is crucial for supporting government operations and ensuring that the necessary infrastructure is in place for effective service delivery. Proposals are due by March 21, 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.
    Armed Forces Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 5,500 Gross Square Feet of fully-serviced office space in Norfolk, Virginia. The procurement aims to secure a facility that meets specific requirements related to accessibility, fire safety, and environmental compliance, while adhering to local, state, and federal regulations. This opportunity is critical for supporting the operational needs of the Army, ensuring a suitable environment for its personnel. Interested parties must submit their proposals by March 21, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.