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 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.

    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: 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: 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.
    Retail Space to Lease - Ventura, Ca
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 5,724 Gross Square Feet of retail space in Ventura, California, with a minimum of 5,154 Net Square Feet. The lease is intended for a military recruiting facility and requires compliance with various safety, accessibility, and environmental standards, including a focus on energy efficiency and sustainable practices. This opportunity is critical for establishing secure and efficient military recruiting offices, ensuring that the facility meets the operational needs of the armed forces. Proposals are due by March 14, 2025, at 4 PM PDT, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.
    Retail Space to Lease – El Centro, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the leasing of retail space in El Centro, California, under Solicitation No. DACA095240075400. The government requires approximately 2,556 to 3,363 square feet of fully-serviced space that meets specific operational needs, including 24-hour access, adequate parking, and compliance with safety and accessibility standards. This opportunity is crucial for supporting military recruitment and operational functions, ensuring that the facilities are equipped to serve personnel effectively. Proposals are due by March 14, 2025, and interested parties should contact Lihua Chen at lihua.chen@usace.army.mil or call 626-701-4901 for further details.
    Retail Space to Lease –Vista, CA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced retail space lease in Vista, California. The opportunity requires a space ranging from approximately 2,067 to 2,720 gross square feet, with specific infrastructure stipulations including accessibility, security, and compliance with safety and environmental standards. This procurement is crucial for supporting military operations and ensuring that the leased premises meet government specifications and operational needs. Interested lessors must submit their proposals by March 24, 2025, and can direct inquiries to Lihua Chen at lihua.chen@usace.army.mil or by phone at 626-701-4901.
    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.
    In Search of Retail Space - Glendale, Az
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the lease of retail space in Glendale, Arizona, specifically for an Armed Forces Career Center. The requirement includes approximately 1,040 gross square feet of existing Class A or B retail space, with a lease term not exceeding five years and specific conditions for accessibility, parking, and compliance with government standards. This procurement is crucial for establishing a facility that supports military recruitment efforts while ensuring a professional environment free from incompatible businesses. Interested parties must submit their proposals by 5:00 PM (Pacific/Arizona Time) on April 11, 2025, and can contact Ms. Mindy Joseph at mindy.l.joseph@usace.army.mil or by phone at (480) 698-1963 for further information.
    Retail Space for Lease in City of Industry
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for a fully-serviced lease of retail space in the City of Industry, California, covering approximately 2,000 to 2,500 Gross Square Feet for a term of up to five years. The procurement aims to secure a functional and compliant leased space that meets the operational needs of the government, emphasizing requirements such as 24-hour access, communication infrastructure, adequate parking, and adherence to environmental regulations, including NEPA and the National Historic Preservation Act. Proposals must be submitted by April 25, 2025, and should include detailed information on space layout, accessibility, fire safety compliance, and environmental hazard assessments. Interested parties can contact Julio Cuadra at julio.r.cuadra@usace.army.mil or 213-452-3155 for further inquiries.
    DACA675260000800 - United States Army Corps of Engineers (USACE) seeks to lease approximately 4,504 gross square feet of retail space in Everett, WA for an Armed Forces Career Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 4,504 gross square feet of retail space in Everett, Washington, for an Armed Forces Career Center. The lease will be for a full term of 60 months and must include base rent, common area maintenance, utilities, and janitorial services, with specific requirements for location, accessibility, and compliance with safety standards. This facility will play a crucial role in military recruitment efforts, necessitating a professional office setting that meets various operational and security specifications. Interested parties must submit their proposals electronically by March 31, 2025, and can direct inquiries to Donna Seals at donna.k.seals@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.