Lease for enhanced use of up to 1,065 acres of land
ID: DACA03-1-26-26203Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF UNIMPROVED REAL PROPERTY (LAND) (X1PC)
Timeline
    Description

    The Department of the Army is soliciting proposals for an Enhanced Use Lease (EUL) for up to 1,065 acres of land at the Pine Bluff Arsenal in Arkansas. The objective is to engage private, public, or not-for-profit entities to design, finance, develop, and operate a manufacturing facility on the leased property, with a lease term of 50 years and an option for a 25-year renewal. This initiative aims to maximize financial returns for the Army while ensuring compliance with all applicable federal, state, and local regulations. Interested parties must submit their proposals detailing project plans, financial capabilities, and organizational structures, with all development costs being the sole responsibility of the selected Offeror(s). For further inquiries, contact Lisa Grossman at lisa.grossman@usace.army.mil, and ensure registration on sam.gov to receive any amendments to the RFP.

    Point(s) of Contact
    Files
    Title
    Posted
    Section 10 USCS § 2667 grants the Secretary of a military department or the Secretary of Defense (referred to as "Secretary concerned") the authority to lease non-excess real or personal property under their control. Such leases, typically not exceeding five years unless determined to promote national defense or public interest, must provide fair market value consideration, which can be in cash or in-kind, including property improvements, maintenance, or new facility construction. Leases must generally allow the Secretary to revoke them and may offer the lessee a first right to buy. Special rules apply to properties undergoing base closure or realignment, permitting leases that facilitate economic adjustment efforts, potentially at less than fair market value, after environmental consultation. Competitive procedures are usually required for leases of personal property, those exceeding one year, or those with a fair market value over $100,000, with exceptions for public interest or specific institutional leases. Proceeds from these leases are deposited into special accounts for property maintenance, construction, or administrative expenses, with at least 50% tied to the originating installation. The law excludes oil, mineral, or phosphate lands and allows reduced consideration for leases to educational entities. It also defines "covered entities" for community support facilities and services, which lessees may be required to accommodate or compensate.
    The document references an
    The Business Terms Agreement between the Department of the Army (DA) and a selected offeror outlines the conditions for an Enhanced Use Lease (EUL) for a manufacturing facility at Pine Bluff Arsenal, Arkansas. This agreement, stemming from RFP No. DACA03-1-26-26203, requires the selected offeror to design, finance, construct, operate, maintain, manage, and decommission a project on leased land. Key provisions include the offeror's irrevocability of their proposal, sole responsibility for due diligence and any errors, and compliance with an Agreed Milestone Timetable. Failure to meet milestones or obligations can lead to termination of discussions and rights without compensation from the DA. The agreement also details indemnification of the DA, adherence to transaction documents without substantive changes, and representations and warranties regarding the offeror's legal standing and ethical conduct. Disputes fall under the Contract Disputes Act, and assignments require DA consent. Force majeure events allow for performance delays, ensuring a fair process for both parties.
    This document outlines a lease agreement between the Department of the Army and a Lessee for premises located on Pine Bluff Arsenal. The lease, granted under 10 U.S.C. § 2667, specifies a 50-year term with a 25-year renewal option, and details provisions for early termination by either party. It covers the Lessee's use of the premises for developing, constructing, operating, and maintaining facilities, subject to Installation rules and environmental compliance, including handling hazardous materials. Key sections address rent, reimbursements, taxes, representations, warranties, covenants, environmental matters, liability, insurance, alterations, maintenance, default, termination, and dispute resolution. The Lessee is responsible for all costs, compliance with federal, state, and local laws, and indemnifying the Government against certain claims. The lease emphasizes the "as is, where is" condition of the property, with the Lessee accepting environmental risks, except for pre-existing Government-caused conditions. Various exhibits, including a description of the leased premises and environmental reports, are integral to the agreement.
    The Department of the Army (DA) is soliciting proposals for an Enhanced Use Lease (EUL) at Pine Bluff Arsenal, Arkansas. This Request for Proposals (RFP) seeks private, public, or not-for-profit entities to lease up to 1,065 acres (Site C) for a 50-year term, with a 25-year renewal option, to design, finance, develop, and operate a manufacturing facility. Proposals must detail project descriptions, plans, financial capability, organizational structure, experience, and EUL consideration (rent), with a preference for in-kind contributions. The selected Offeror will be responsible for all project costs, including environmental compliance (NEPA, ECP), infrastructure, and adherence to various federal regulations. The DA emphasizes maximizing financial return and reserves the right to negotiate and select proposals based on overall best value, not solely the highest rent.
    The Department of the Army (DA) clarifies its funding policy for Request for Proposals DACA03-1-26-26203. The DA will not provide any funding for projects resulting from this RFP; all development costs are the sole responsibility of the selected Offeror(s)/Lessee(s). However, Offerors are not precluded from seeking funding through eligible federal loans, grants, or contracts from other federal entities. Proposals must identify all anticipated funding sources. The DA does not have unique viability criteria, evaluating project feasibility and the Offeror's funding plan based on commercial/private investment approaches. Offerors are expected to propose an aggressive yet achievable timeline for project execution, construction, and operation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    General Services Administration Office Space Pine Bluff, Arkansas
    Buyer not available
    The General Services Administration (GSA) is soliciting lease proposals for office space in Pine Bluff, Arkansas, under Request for Lease Proposals (RLP) NO. 4AR0185. The procurement requires 375 ABOA square feet of office space along with two surface parking spaces, with a 15-year initial full term and a 10-year firm term, allowing for termination rights after 90 days. This office space is essential for government operations and must meet specific criteria, including a location that is not within 2,000 feet of a daycare, school, or park, and the provision of 24/7 HVAC for a server room. Proposals are due by January 2, 2026, at 5:00 PM CST, and interested parties should contact Chantal Wells at Chantal.wells@gsa.gov for further information.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    Lone Star Army Ammunition Plant (LSAAP) High Explosives Burning Ground (HEBG) Remediation
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - Tulsa District, is seeking qualified contractors for a Performance Based Remediation (PBR) contract to provide Environmental Remediation Services (ERS) at the High Explosives Burning Ground (HEBG) located at the Lone Star Army Ammunition Plant in Bowie County, TX. The project involves the remediation of approximately 16 acres of land contaminated with burnt ash, metallic debris, and munitions and explosives of concern, requiring soil excavation, removal of hazardous materials, and restoration of the site. This initiative is crucial for ensuring environmental safety and compliance, with an anticipated contract value exceeding $50 million and a performance period of four years. Interested parties, particularly small businesses and those qualifying under Section 8(a), HUBZone, SDVOSB, and WOSB, are encouraged to contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389 for further details.
    AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center
    Buyer not available
    NASA's George C. Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of Parcel 7, a 5.1-acre property located within Redstone Arsenal in Huntsville, Alabama. The objective is to lease this underutilized land to commercial or federal entities whose activities align with MSFC's mission and enhance U.S. competitiveness in the aerospace sector. The lease offers a 10-year base term with two additional 10-year options, and proposals must detail the intended use, development plans, financial viability, relevant experience, and anticipated economic impact on the local community. Proposals are due by January 5, 2026, with a Q&A period extending until December 12, 2025. Interested parties can contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Buyer not available
    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.
    Eagle River, AK Storage Unit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for the lease of approximately 200 Gross Square Feet of storage space in Eagle River, Alaska. The lease will be a fully-serviced agreement for a term of five years, with the government retaining termination rights, and must meet specific requirements including accessibility, compliance with building codes, and environmental assessments. This opportunity is crucial for the government to secure adequate storage space as it transitions from an expiring lease, and proposals must be submitted by December 5, 2025, to Amy DelaCruz at the USACE Real Estate Division. Interested parties are encouraged to review all attached documents and ensure compliance with the outlined criteria, including registration in the System for Award Management (SAM).
    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 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.
    U.S. Armed Forces Recruiting Office - Richmond, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,532 usable square feet of retail space in Richmond, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to be fully serviced and may extend for up to five years, with specific requirements including 24-hour access, communication infrastructure, direct exterior exit access, and lighted parking. Proposals must adhere to various considerations such as layout efficiency, accessibility, fire protection, and environmental factors, and will be evaluated based on price and technical merits. Interested parties should submit their proposals by 3:00 PM EST on December 20, 2025, and can contact James Cheatham at james.a.cheatham@usace.army.mil or Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil for further information.
    Ozark-St. Francis National Forest Prospectus for Resort and Related Granger-Thye Concessions "White Rock"
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for a 20-year Granger-Thye Concessions Resort Permit to operate and maintain the Shores Lake and White Rock Recreation Areas within the Ozark-St. Francis National Forests in Arkansas. The selected concessionaire will be responsible for managing recreation facilities, collecting fees (with discounts for federal pass holders), and overseeing day-to-day operations, including maintenance and waste management. This opportunity is significant for enhancing public access to recreational services in the area, with an average gross revenue of approximately $258,709.48 over the past three years. Interested applicants must submit a comprehensive proposal, including a business plan and a minimum annual fee of $12,314.57, by March 2, 2026, and are encouraged to attend a mandatory site tour on January 5, 2026. For further inquiries, contact David Brickley at 479-667-2191 or via email at david.brickley@usda.gov.
    LIFE CYCLE PILOT PROCESS (LCPP) AND RELATED TECHNOLOGIES BAA
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Project Lead Joint Services (PLJS), has issued a Broad Agency Announcement (BAA) titled "Life Cycle Pilot Process (LCPP) and Related Technologies" to solicit white papers and research proposals aimed at addressing technology gaps in the Industrial Base (IB) aligned with Government Owned Contractor Operated (GOCO) Modernization Goals. The primary objective of this BAA is to advance state-of-the-art manufacturing processes that enhance the overmatch capabilities of U.S. warfighters, with key areas of interest including Chemical Endurance, Digital Engineering, and Manufacturing Technology for Ammunition & Energetic Processes. Interested parties are encouraged to submit white papers as an initial step, with the BAA valid from September 26, 2025, to September 25, 2030, and proposals evaluated based on scientific merit and alignment with Army missions. For inquiries, contact Haakon Mathewson at haakon.l.mathewson.civ@army.mil or Wilson Au at wilson.w.au.civ@army.mil, and ensure registration in SAM.gov for proposal submissions.