U.S. Government Space required in Sonora, CA
ID: DACA055250032800Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, 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 Corps of Engineers, is seeking proposals for a full-service lease of retail office space in Sonora, California, for a U.S. Armed Forces Career Center. The requirements include a minimum of 1,400 rentable square feet and a maximum of 1,700 square feet, with a lease term not exceeding five years and specific provisions for parking and compliance with government standards. This procurement is crucial for establishing a functional facility to support military recruitment efforts, ensuring accessibility and safety for both personnel and the public. Interested parties must submit their proposals electronically by 3:00 PM PDT on June 13, 2025, to Gia Jessiman at gia.l.jessiman@usace.army.mil, with all necessary documentation and certifications included.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Recruiting Lease Form L100 is a legal agreement between a lessor and the U.S. Government, specifically outlining the leasing of property for government purposes. This lease includes a five-year term, with provisions for termination and rights regarding modifications to the property. Key elements involve the premises' specifications, including square footage, rental costs, and responsibilities for maintenance and utilities. The lessor is obligated to provide well-maintained tenantable premises compliant with local codes, including HVAC, fire safety systems, and necessary utilities. The lease mandates regular inspections, joint inspections upon termination, and requires the lessor to maintain active registration in the System for Award Management (SAM). The agreement stipulates liability limits for damages and outlines the process for alterations initiated by the government. Additionally, it emphasizes compliance with applicable laws and rigorous maintenance standards to ensure an effective and safe environment for government operations. Overall, this document serves as a foundational framework for a governmental property lease, ensuring responsibilities and expectations are clearly delineated to support USACE's mission.
    The document outlines the General Clauses for leasing property within the federal government, particularly relevant to leases at or below the Simplified Lease Acquisition Threshold (SLAT). It includes a comprehensive list of clauses derived from the General Services Administration (GSA) and Federal Acquisition Regulation (FAR), which govern aspects such as definitions, property maintenance, inspection rights, fire and casualty damage protocols, and default situations by the lessor. Noteworthy clauses stipulate maintenance responsibilities, compliance with laws, payment processes, and safeguarding of information systems. Moreover, it emphasizes the importance of following legal standards and includes references to contractor obligations concerning supply chain security, particularly under the Federal Acquisition Supply Chain Security Act orders. This document serves as a vital framework ensuring that government leases are managed effectively, safeguarding both the property and compliance with applicable laws and regulations. As such, it plays a crucial role in the context of federal RFPs and grants, emphasizing transparency and responsibility in government contracting.
    The GSA Template 3516A document outlines the solicitation provisions for the simplified acquisition of leasehold interests in real property. It provides comprehensive guidelines for offerors on submitting, modifying, revising, and withdrawing proposals related to government leasing. Key topics covered include definitions of terms such as "discussions," "proposal modification," and "proposal revision," as well as instructions on submitting proposals in sealed envelopes, acknowledging amendments, and conditions concerning late submissions. The document also details restrictions on data disclosure, the evaluation and award processes, and requirements for registration in the System for Award Management (SAM). Offerors must include specific identifiers in their proposals, be registered in SAM at the time of award, and comply with federal guidelines concerning supply chain security. Overall, this document serves as a crucial resource for ensuring compliance and clarity in the procurement process for government leases while emphasizing the importance of timely and accurate submissions.
    The USACE Recruiting Form 1364 outlines a proposal process for leasing space by providing detailed information about the premises, space offerings, associated costs, lease terms, and certifications. The document is structured into five sections: 1. **Description of Premises**: Captures essential property details, the owners, and management contact information. 2. **Space and Rates Offered**: Specifies gross and net square footage, occupancy ratios, and detailed operating costs, including rent and maintenance fees. 3. **Lease Terms and Conditions**: Lists required attachments and notes specific lease conditions, such as buildout costs and parking ratios. 4. **Proposal Data**: Requires evidence of the offeror's interest in the property, floodplain status, seismic safety, asbestos presence, fire safety, and accessibility compliance. 5. **Owner Identification and Certification**: Collects ownership details and the offeror's information, including their authority to authorize the lease. This form serves as a vital part of federal RFP processes, ensuring thorough evaluation and compliance with standards for leased property for government use. It emphasizes responsibility towards operational costs, safety regulations, and compliance with federal lease requirements. The offeror agrees to lease space under specified conditions if their proposal is accepted.
    The document is an exhaustive set of construction and security specifications for military recruiting facilities and production offices. It outlines requirements for permits, architectural and engineering drawings, and compliance with federal, state, and local codes. Specific guidelines are established for mechanical, plumbing, electrical systems, safety equipment, and architectural finishes. Importantly, all electronic security systems must not utilize products from specified banned manufacturers, including several companies based in China. The document also details specifications for interior and exterior construction, ensuring high energy efficiency and safety standards, such as proper ventilation and air quality measures. It mandates coordination with the Corps of Engineers and emphasizes the importance of maintaining established communication protocols and certifications of compliance. The rigorous standards ensure a secure, efficient, and aesthetically suitable environment for military recruitment operations while adhering to legal and regulatory frameworks. This detailed guideline serves as a foundation for approving construction projects under government contracts and ensures the military’s operational integrity.
    The document outlines the building shell requirements for government-leased properties, detailing the obligations of the Owner/Lessor. It emphasizes that all costs related to the construction of base structure, accessibility, ceilings, doors, partitions, flooring, plumbing, HVAC systems, electrical infrastructure, lighting, safety measures, telecommunications, and demolition must be included in the shell rent. Key requirements include ensuring compliance with accessibility standards, the installation of operational systems like HVAC that can maintain specified temperature ranges, and meeting safety and environmental regulations. All common areas must be fully developed, including lobbies and restrooms, and any existing structures that hinder government layout plans must be demolished at the Owner's expense. The document aims to ensure that government facilities meet necessary operational standards while adhering to local, state, and federal codes, thereby providing a safe and functional environment for government operations.
    The Recruiting Facilities Program's Construction Specifications Bid Proposal Worksheet outlines the requirements for contractors bidding on construction projects related to military recruitment facilities. The document details various construction categories, including HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, and signage, with specific items and quantities listed for bidding. Contractors must provide pricing for each item, and note that bid proposals must fully adhere to the specifications outlined by the US Army Corps of Engineers (USACE). Additionally, the worksheet emphasizes the necessity of completing the entirety of the bid proposal, as omissions may lead to rejection. The ultimate goal of this document is to ensure that contractors understand the comprehensive scope of work required and to facilitate a standardized bidding process for constructing or renovating military recruitment facilities, thereby maintaining quality and compliance with federal construction standards. This reflects the government's focus on establishing effective facilities to support recruiting efforts for the armed forces while adhering to stringent guidelines and specifications.
    The document outlines the specifications and requirements for janitorial services provided to U.S. Army Corps of Engineers leased facilities. It establishes service frequency, detailing tasks such as trash removal, vacuuming, hard surface cleaning, restroom sanitation, and periodic deep-cleaning procedures, emphasizing environmentally friendly products and adherence to quality standards. The services are scheduled primarily for two days a week, with flexibility for adjustments based on specific circumstances. A Military Service Representative (MSR) must be present during all cleaning appointments, and contractors are held accountable for attendance and service quality through a systematic inspection and record-keeping process. The Contractor must develop a Quality Control Program and fulfill obligations related to employee identification and background checks. Payment deductions are possible for unsatisfactory performance or contract violations. The document serves as part of a government Request for Proposal (RFP) framework, underscoring the importance of compliance, accountability, and quality service in federal contracts. It ultimately aims to maintain cleanliness and hygiene standards in government facilities, ensuring a functional environment conducive to military recruitment operations.
    The document outlines an Agency Agreement/Authorization form that enables a property manager to act on behalf of a property owner for leasing purposes in San Jose, CA. It serves as a certification by the property owner affirming that the named agent is authorized to sign leases and manage associated responsibilities, including maintenance, financial obligations, and releases related to the lease. The property owner must print their name, property address, and sign to validate the authority of the appointed agent. This structure ensures that all lease-related matters are conducted legally and clearly delineates the roles and responsibilities between the owner and the agent. Such agreements are vital in the context of federal and local government leasing processes, emphasizing compliance and proper representation in real estate transactions for governmental operations.
    The document serves as a Certificate of Authorization for corporations, LLCs, and partnerships involved in leasing agreements. It requires certification by an authorized individual, affirming their role and authority to sign the lease on behalf of the entity. For corporations/LLCs, the document recognizes the principal or secretary's certification, ensuring that the signer is empowered by the organization's governing body. For partnerships, a General Partner must certify the authority of another General Partner who signed the lease, according to the Partnership Agreement. The document emphasizes the necessity of valid certifications in transactional agreements, especially relevant for compliance in federal grants and RFPs, highlighting the importance of securing lease agreements that are legally binding and recognized by governing entities. Proper execution of such certificates supports accountability and legal clarity in contractual obligations, which is critical for government contracting processes.
    This document outlines the seismic compliance requirements for federal government lease proposals (RLPs). It specifies various forms (A-F) that Offerors must complete to demonstrate their buildings' adherence to seismic safety standards established in the "Seismic Leasing Requirements, Federally Leased Buildings Complying with Recommended Practice (RP 8)". Form A pertains to Benchmark Buildings, while Form B addresses Existing Buildings compliance. Form C is dedicated to retrofitting existing structures or new construction commitments. In cases where buildings claim exemptions from seismic standards, Form D must be utilized. Post-award forms E and F are necessary for retrofitting and new constructions respectively, requiring certification from a licensed engineer regarding compliance with safety objectives. The forms require detailed information about the building’s specifications, engineering evaluations, and commitment to safety standards aligned with the latest codes. The overall purpose is to ensure that federally leased buildings meet rigorous seismic safety standards to protect life and property, reflecting the government's dedication to safety in federally managed structures.
    The document provides a step-by-step guide for obtaining a Unique Entity ID through SAM.gov, the official government website for managing federal awards. It emphasizes that registration and maintenance of entity information in SAM.gov is free of charge. Entities currently registered in SAM.gov already possess a Unique Entity ID, which can be viewed in their registration record. For those not registered who require only a Unique Entity ID, the guide outlines procedures including creating an account using Login.gov, navigating to the “Entity Management” widget, and completing the required entity information. The guide details steps for validation of entity details, options for public display settings, and the certification process for authorized personnel to conduct transactions. Finally, the Unique Entity ID is displayed for the entity’s use. This document serves as a vital resource for organizations seeking to participate in federal grants and RFP opportunities, enhancing accessibility to federal awards compliance protocols and improving the efficiency of transactions between entities and government agencies.
    The U.S. Army Corps of Engineers, Sacramento District has issued a Request for Lease Proposal (RLP) under Solicitation #DACA055250032800, which is due by June 13, 2025, at 3:00 PM PST. Offerors must review and sign the enclosed documents to confirm their understanding and acceptance of the terms. Along with the RLP submission, offerors are required to provide a grant or deed of property. Any queries or requests for extensions must be directed to Gia L. Jessiman via email or phone. This solicitation emphasizes adherence to deadlines and necessary documentation, illustrating the structured process typical of federal contracting and leasing procedures.
    The Request for Lease Proposals (RLP) No. 25-0328 issued by the U.S. Army Corps of Engineers (USACE) seeks proposals for a fully-serviced lease in Sonora, CA, covering approximately 1700 Gross Square Feet. The lease term is up to five years, with offers due by June 13, 2025. Key requirements for eligibility include 24-hour access, communication infrastructure, specific parking provisions, compliance with fire and life safety standards, and avoidance of floodplain and hazardous conditions. The delineated area is defined geographically, and the document emphasizes strict compliance with environmental regulations, seismic safety measures, and historic preservation laws. Proposals will be evaluated on price and various technical factors, including accessibility, neighborhood conditions, and layout efficiency. The Government reserves the right to reject any or all proposals and will award the lease based on the best overall value. This RLP illustrates the structured and regulated nature of government procurement processes, ensuring that potential offerings meet federal standards and community needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    U.S. Government Space Required in TURLOCK, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking a full-service lease for retail office space in Turlock, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,200 rentable square feet of space for a lease term not exceeding five years, with the option for government termination rights, and designated on-site parking for up to ten government vehicles available 24/7. 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 Jessiman at gia.l.jessiman@usace.army.mil or by phone at 916-537-6607.
    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.
    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 - 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 - Marine Corps Career Center - Seminole, FL
    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 a Marine Corps Career Center in Seminole, Florida. The required space must range from 1,140 to 1,215 gross rentable square feet and include specific features such as adequate parking for government vehicles, a private office, workstations, a testing/conference room, and an ADA-compliant restroom. This facility is critical for supporting military recruitment efforts and must adhere to various federal construction and operational standards. Interested parties should 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. For further inquiries, contact Angela Coimbre at angela.e.coimbre@usace.army.mil or Melissa Gonzalez at melissa.c.gonzalez@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 - 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, 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.
    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.