U.S. Government Space Required: Fresno, CA
ID: DACA055250003200Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

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 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 space, with a lease term of one year, extendable up to five years, and specific conditions for parking and access. This procurement is crucial for establishing a functional and accessible facility to support military recruitment efforts. Interested parties must submit their proposals electronically by 12:00 PM PDT on March 26, 2025, to Quin Davis-Ostrander at quintel.davis-ostrander@usace.army.mil, and must include necessary documentation such as exclusivity agreements and compliance with seismic safety standards.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the lease agreement between the United States Government, represented by the U.S. Army Corps of Engineers (USACE), and a lessor for leasing space under the DoD Joint Recruiting Facilities Program. It specifies that the lease is for up to five years and includes details on the premises, rights, and responsibilities of both parties. Key elements include the description of the leased space, rental terms, maintenance obligations, utility provision, and termination rights. The lessor is responsible for ensuring compliance with building codes, providing necessary services, and maintaining safety standards, particularly regarding HVAC systems, fire safety, and accessibility. The Government retains rights concerning alterations, repairs, and inspections throughout the lease term. The document serves as a crucial contractual framework governing the lease while ensuring compliance with federal regulations and operational standards for federal facilities.
    The document outlines the General Clauses related to the acquisition of leasehold interests in real property for government purposes. It details essential terms governing the lease agreements, including subletting, assignment, maintenance responsibilities, conditions for acceptance, and provisions for default by the lessor. The clauses emphasize compliance with laws, payment conditions, and the equality of opportunity in the workplace, particularly for veterans and individuals with disabilities. Key highlights include the government's right to inspect the property, the process for handling fire damage, and ensuring the safety and health standards of the premises. The document is structured into various categories, covering general clauses, performance, payment, standards of conduct, adjustments, audits, disputes, labor standards, and additional requirements for small business compliance. Through these clauses, the government seeks to secure its interests, ensure legal adherence, maintain workplace integrity, and guarantee that the leased premises are conducive for its intended use, thereby establishing a comprehensive legal framework for lease agreements in federal and state contracts.
    The USACE Recruiting Form 1364 outlines the proposal process for leasing space for government use. It includes sections for detailing the premises, space specifications, rates offered, and lease terms. Key components focus on the property details like address, ownership, dimensions, and management contact information. It requires a breakdown of associated costs, such as annual rent and maintenance fees, while leaving placeholders for specific values to be filled out. The form also mandates attachments, including lease clauses, construction specifications, and floor plans. Additional remarks about building conditions, compliance with fire safety, accessibility, and environmental assessments are required. The proposal must provide evidence of the offeror’s legal interest in the property and include information about flood plains and seismic safety compliance. By submitting the offer, the offeror agrees to the leasing terms contingent upon government specifications. This document serves as a standardized framework for assessing and formalizing space leases under federal procurement regulations.
    The document provides detailed construction and security specifications for Military Recruiting Facilities, outlining the responsibilities of the lessor and various requirements set forth by the Corps of Engineers (COE). The primary focus is compliance with the U.S. Armed Forces Recruiting construction standards, addressing aspects from architectural plans and permits to mechanical, electrical, plumbing, and safety features. Key points include the necessity for COE approval on design deviations, prohibition against specific telecommunications equipment from certain foreign entities, and requirements for energy efficiency and environmental sustainability in installations. Specific standards are detailed for HVAC systems, plumbing fixtures, electrical wiring, and interior finishes, emphasizing the integration of security features and robust construction practices. The document reinforces a structured approach to managing construction within federal guidelines, underscoring the collaboration between the lessor, COE, and military branches in achieving a fully compliant and functional recruiting facility. Overall, it encapsulates the multifaceted nature of constructing military facilities while adhering to stringent government standards and safety protocols.
    The Recruiting Facilities Program's Construction Specifications Bid Proposal Worksheet is designed for contractors to accurately bid on construction projects related to facility upgrades. The document outlines various categories, including HVAC, plumbing, electrical, communications, safety, and architectural finishes, detailing specific quantities and requirements for each system. Contractors must complete the worksheet in full, ensuring compliance with appendices provided by USACE, as incomplete submissions may lead to rejections. The worksheet also highlights the need for safety measures and compliance with local, state, and federal regulations. The purpose of this bid proposal is to facilitate transparent and standardized bidding for facility construction projects, reinforcing the importance of adherence to outlined specifications to achieve successful project outcomes.
    The document outlines a conceptual floor plan for a Navy office, detailing specific areas required within the space. Key elements include various rooms such as restrooms, office areas, a conference room, an open area, a storage space, and an entry point, indicating a need for functional workspace design. The dimensions and square footage of these areas are specified, highlighting the importance of layout in government facilities to optimize functionality and security. The plan emphasizes the need for secondary egress, ensuring safety in emergency scenarios. This RFP serves as a foundation for future proposals related to the office renovation and space allocation, reflecting government priorities in creating efficient work environments.
    This document outlines the specifications and requirements for janitorial services for the U.S. Army Corps of Engineers (USACE) leased facilities. The contractor must provide cleaning services on a schedule determined by facility size, either two or three times a week, and maintain a strict schedule with military service representatives (MSRs) present during cleanings. The contractor is responsible for all necessary equipment, supplies, and adhering to environmental standards in their cleaning practices. A Quality Control Program (QCP) must be established to ensure standards are met, and performance will be regularly evaluated with potential deductions for unsatisfactory work. Key services include trash removal, vacuuming, hard surface cleaning, restroom maintenance, and periodic carpet cleaning, emphasizing the need for disinfecting high-touch surfaces with approved agents. The contractor must also manage staffing effectively, comply with safety and identification standards, and ensure adequate service during emergencies. Overall, the purpose of this document is to ensure a high standard of cleanliness and maintenance in government facilities, while outlining the contractor’s responsibilities and expectations in providing these services.
    The document is a Certificate of Authorization relating to leasing agreements for corporations, LLCs, and partnerships. It serves to verify that specific individuals within these entities have the authority to sign leases on behalf of their respective organizations. The first section outlines the responsibilities of a corporate/LLC Secretary or Principal to certify the signatory’s authority as granted by the governing body. It requires the names of both the certifying individual and the signer along with a date and corporate seal. The second section pertains to partnerships, where a General Partner certifies another General Partner's authority to bind the partnership based on the Partnership Agreement. The document emphasizes compliance with legal standards, ensuring the involved parties are duly authorized to enter into the lease, which is a critical requirement when responding to federal and state RFPs or grants. This certification protects the interests of all parties involved, including governmental agencies and contractors, by confirming the legitimacy of the lease agreements.
    The document titled "DACA05522031200" pertains to an Agency Agreement and Authorization for a Property Manager in San Jose, CA, allowing an agent to act on behalf of the property owner. It serves to certify that the listed individual is recognized as the owner of the property to be leased to the Government. The owner asserts that the appointed agent has the authority to sign the lease and manage various aspects, including financial collections, maintenance obligations, and compliance with lease terms. The document must be signed by the owner and includes spaces for the owner's name and title. This certificate is integral to establishing a clear authority delegation within the context of federal leasing agreements, ensuring that all lease-related matters can be handled effectively by the designated agent while complying with government regulations and procedural requirements.
    The document outlines the Seismic Offer Forms related to federal leasing requirements for buildings, specifically concerning seismic safety compliance. It consists of pre-award and post-award forms required from offerors and their engineers to ensure compliance with the Seismic Leasing Requirements (RP 8). Key forms include: - **Form A** for Benchmark Buildings, ensuring compliance with specified construction codes. - **Form B** for Existing Buildings, where engineers evaluate life safety performance using ASCE/SEI standards. - **Form C**, split into two parts: Part 1 addresses retrofitting existing buildings, and Part 2 covers new construction commitments. - **Forms D, E, and F** discuss exemption claims, retrofitted buildings, and new constructions respectively, requiring engineer certification and compliance with established seismic guidelines. Definitions of key terms underscore the necessity for professional engineers licensed in the relevant state. This structured approach to seismic safety emphasizes the federal government's commitment to ensuring that leased buildings meet specific seismic standards, thereby safeguarding public safety and property during seismic events. The compliance documentation is essential for both pre- and post-award phases, reinforcing the importance of safety in public sector construction and leasing practices.
    The document outlines the requirements for building shell specifications as part of a government leasing proposal. It mandates that the Lessor provides a complete base structure, including finished common areas, restrooms, and all essential building systems such as HVAC, plumbing, electrical, and lighting. Accessibility for persons with disabilities must adhere to stringent standards. Specific details on ceiling, flooring, partitions, and door installations are provided, emphasizing functionality and compliance with safety standards. The building must be equipped with proper lighting, including energy-efficient options, and have a central HVAC system capable of regulating the building's temperature within specified limits. Further, it requires demolition of previous features to meet the government’s layout needs, detailing the owner's responsibilities for safe and code-compliant construction. These specifications serve as a framework for government agencies in securing facilities that meet operational and safety standards, aimed at fostering effective leasing agreements.
    The Quick Start Guide for Getting a Unique Entity ID provides a step-by-step process for organizations seeking a Unique Entity ID through the SAM.gov platform, essential for participating in federal grants and contracts. Registration on SAM.gov is free and not always necessary; entities can obtain their Unique Entity ID without completing a full registration if they engage only in specific transactions, such as sub-awardee reporting. To acquire the Unique Entity ID, users must create an account on SAM.gov using Login.gov for authentication, navigate to the “Entity Management” widget, and input required entity information. Following validation of the entity's name and address, users can choose whether to make their entity information publicly accessible. Finally, users must certify their authority to conduct transactions on behalf of the entity before receiving the Unique Entity ID, which then enables participation in federally funded opportunities. This guide highlights key processes required for organizations to officially engage in government dealings, reinforcing the importance of proper registration for accessing federal resources effectively.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    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 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.
    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.
    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.
    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.
    Navy Recruiting Center, Virginia Beach, VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,400 usable square feet of commercial retail space in Virginia Beach, VA, to serve as a Navy Recruiting Center. The space must meet specific requirements, including a secondary egress, adequate parking for five government vehicles, and compliance with various safety and accessibility standards. This procurement is crucial for supporting military recruitment efforts and ensuring operational efficiency. Proposals are due by 2:00 PM on December 22, 2025, and interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    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.
    Navy Career Center-Alexandria-VA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,200 usable square feet of commercial retail space in Alexandria, Virginia, to support the Navy Career Center. The leased space must include a secondary egress and sufficient parking for four government vehicles, both during the day and overnight, and must comply with government leasing standards. This opportunity is crucial for providing a functional and accessible location for recruitment activities. Proposals are due by 5:00 PM on January 1, 2026, and interested parties should contact Kenneth J. Bowe at kenneth.j.bowe@usace.army.mil or 443-896-3301 for further details.