DACA675250001400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 1,270 gross square feet of retail space in Port Angeles, WA for an Armed Forces Career Center (Military Recruiting Office)
ID: DACA675250001400Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 1,270 gross square feet of retail space in Port Angeles, Washington, for an Armed Forces Career Center. The procurement aims to secure a full-service lease for a term of five years, which includes base rent, utilities, and janitorial services, while ensuring the space meets specific government requirements for safety, accessibility, and operational efficiency. This facility will play a crucial role in military recruitment efforts, necessitating a location in a prime retail area with adequate parking and public transportation access. Interested parties must submit their proposals electronically by January 31, 2025, and can direct inquiries to Tyrrell Tucker at tyrrell.c.tucker@usace.army.mil or Ryan Maas at Ryan.j.maas@usace.army.mil.

    Files
    Title
    Posted
    The USACE Recruiting Form 1364 serves as a rental proposal worksheet for the United States Army Corps of Engineers, specifically the Seattle District. It outlines essential information regarding the proposed property, including its address, size, construction details, and various financial obligations such as base rent, property taxes, and maintenance costs. The document requires the owner to provide contact details, and for the proposal to include evidence of ownership status. Key lease terms stipulate a duration of five years, with specific cancellation rights for the government and no cancellation options for the owner. Additionally, entities wishing to engage in this rental opportunity are informed they must be registered in the System for Award Management (SAM) to be eligible for lease awards. This form's main purpose is to facilitate the leasing process for government properties, ensuring compliance with federal requirements and capturing all necessary details for potential lease agreements.
    The document outlines the terms and conditions of a federal lease agreement between a lessor and the U.S. Government, specifically the U.S. Army Corps of Engineers (USACE). The lease allows the Government exclusive use of a designated property for a term of five years, subject to possible termination or renewal. It stipulates that the Government's financial obligations are contingent upon the availability of appropriated funds. Key components include responsibilities for rent payments, maintenance of premises, utility provisions, and obligations regarding the physical condition of the property. Noteworthy details address tenantable premises, utility connections, and the maintenance of HVAC systems, fire safety measures, and compliance with various regulations. The lease also details the process for termination, alterations, assignment of ownership, and emergency repairs. Provisions for environmental compliance, historic preservation, and insurance are included as well. Overall, the document serves as a comprehensive framework ensuring that both parties fulfill their obligations while maintaining a secure and operational environment for governmental functions. This lease is crucial for facilitating government operations while adhering to federal regulations, reflecting the structured processes associated with federal RFPs and grants.
    The document is a formal lease agreement between the government and a lessor, outlining various legal clauses governing rental agreements, specifically for federal property. It encompasses provisions on subletting and assignment, ensuring that the government retains rights upon lease assignment. It establishes the mutual binding obligations of both parties and includes a subordination clause aimed at maintaining government access rights irrespective of existing mortgages or liens. Key clauses address essential aspects such as acceptance of the property, maintenance responsibilities, and procedures for payments. Default by the lessor due to failure in obligations is defined, granting the government rights to terminate the lease under certain conditions. It also highlights compliance with applicable laws, ensures prompt payment protocols, and establishes guidelines for handling emergencies like fire or damage to the property. The document's main purpose is to ensure a transparent, compliant, and mutually beneficial framework for leasing government property, protecting both the government’s interests and the lessor’s rights, while adhering to legal standards required in the context of government procurement processes.
    The document outlines construction and security specifications for Military Recruiting Facilities, detailing the responsibilities of lessors and contractors in adhering to federal, state, and local standards. Key aspects emphasize the necessity for coordination with the Corps of Engineers (COE) for plans and changes, and compliance with the 2019 National Defense Authorization Act, prohibiting certain telecommunications equipment from specific manufacturers associated with security risks. The specifications cover areas including mechanical, plumbing, electrical systems, fire safety measures, and architectural finishes, ensuring energy efficiency and environmental considerations. It also defines requirements for HVAC systems, restroom facilities, and electrical distribution, mandating specific products and designs for safety and functionality. Lessor responsibilities include obtaining permits, ensuring high-quality finishes, and maintaining compliance with building codes. The document stresses the importance of security, with detailed protocols for the installation and certification of equipment. Overall, it represents a comprehensive framework to ensure that military recruiting facilities are built to stringent operational, safety, and security standards, reflecting the government’s commitment to maintaining secure environments for military recruitment activities.
    The file outlines the bid proposal worksheet for the Recruiting Facilities Program, detailing construction specifications for various categories such as HVAC, plumbing, electrical installations, and architectural finishes. Each category includes specific items with a required quantity of one and a placeholder cost of $1.00 per item, emphasizing the need for comprehensive pricing as per requirements set by the USACE representative. The worksheet mandates complete and accurate filling to prevent rejection of the overall proposal. Key items listed include general plumbing elements, specialized safety and fire equipment, communication installations, and various architectural finishes like ceilings and walls. The document serves as a structured guideline for contractors submitting proposals, ensuring compliance with federal requirements while addressing the unique needs of military facilities. Detailed compliance with specified standards is crucial for the acceptance of these bids, reflecting the government's initiative to maintain high standards in construction and facility management for military entities. Overall, the document captures essential details necessary for contractors to formulate competitive bids aligned with government RFPs.
    The document outlines the specifications and requirements for janitorial services to be provided for U.S. Army Corps of Engineers leased facilities. The main purpose is to establish clear guidelines for contractors to ensure consistent quality cleaning, scheduling, and compliance with government standards. Key elements include the frequency of cleaning (twice or thrice weekly based on facility size), requirements for presence of Military Service Representatives during cleaning, and detailed cleaning procedures for various areas, including restrooms and offices. Emphasis is placed on using environmentally friendly products, documenting services performed through checklists, and maintaining high standards through quality control measures. The contractor is responsible for all labor and equipment, while specific protocols are in place to address performance issues, including potential payment deductions for unsatisfactory services. Furthermore, stringent regulations regarding contractor identification and personnel background checks are enforced. The contract's successful execution is contingent upon the contractor's adherence to these standards, ensuring governmental operational integrity and cleanliness of the facilities. Overall, this document serves as a comprehensive framework for managing janitorial contracts within federal settings.
    The document comprises representations and certifications associated with Lease No. DACA6752X00XXX00 between a Lessor and the Government. It confirms that the Lessor holds rightful ownership and authority to lease the property, with indemnification clauses in case of title failures. It includes requirements for the submission of a Taxpayer Identification Number (TIN), specifying its use for tax compliance and debt collections. The document outlines small business program representations, stating the associated North American Industry Classification System (NAICS) code and small business size standards. It emphasizes the compliance obligations related to affirmative action and previous contracts, particularly for leases exceeding $10,000. Additionally, it mandates registration in the System Award Management (SAM) database, detailing processes for maintaining accurate contractor information. These provisions reflect the Government's regulatory focus on ensuring transparent contracting practices and supporting small business participation in federal transactions. Overall, the document serves as a foundational certification tool aimed at establishing compliance and accountability in government leasing agreements.
    The document is a Certificate of Authorization related to Lease No. DACA675__00__00, intended for use by a corporation or LLC as a formal declaration regarding lease agreements. It certifies that a specified individual, representative of the corporation or LLC, is authorized to sign the lease on behalf of the entity. The document includes spaces for the name of the certifying secretary or principal, the title, the name of the individual signing the lease, and relevant corporate details. Additionally, it specifies that the signature is made with the authority of the governing body of the corporation or LLC, ensuring the action is within the granted powers. A date and a seal space indicate formal recognition. The context of this document aligns with federal RFPs and grants, ensuring that governmental entities verify the legitimacy and authority of lessors involved in contracts and leases.
    The document is a Certificate of Authorization related to lease number DACA675__000__00, involving a partnership from which the lessee is entering into a lease agreement. It certifies that the signatory, identified as Partner X, is the General Partner of the Partnership named as Lessor and affirms that Partner Y, who also acts as a General Partner and signed the lease, possesses the authority to commit the Partnership by virtue of their powers outlined in the Partnership Agreement. This certificate serves to confirm the legitimacy and authority of the partners involved in the lease, ensuring compliance with governance standards typically required in federal and state/local RFPs and grants processes. The document emphasizes the partnership's structure, validity, and capacity to engage in legal agreements, playing a crucial role in maintaining transparency and accountability in partnership dealings with government entities.
    The document is an Agency Agreement intended for property managers acting on behalf of property owners in leasing arrangements with the government. It serves as a certification where the property owner confirms the identity of the agent authorized to sign a lease on their behalf. The owner attests to the agent's authority to handle all aspects related to the lease, including signing agreements, collecting payments, managing maintenance, and releasing obligations to the United States concerning the lease. The document requires the owner's signature and pertinent details about the property and the agent. This process is critical within the context of government RFPs, federal grants, and state/local RFPs to ensure that property management agreements are binding and legally recognized, thus safeguarding the interests of both the government and the property owners involved.
    Similar Opportunities
    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.
    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 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.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    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.
    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.
    Armed Forces Career Center - Hinesville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, 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 James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    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.
    Recruiting Station - Armed Forces Career Center - Aiea Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for commercial retail storefront space in Aiea, Hawaii, specifically for Armed Forces Recruiting purposes. The government seeks approximately 1,972 to 2,500 gross rentable square feet of space with a lease term of four years and eleven months, including government termination rights, and requires features such as 24-hour access, adequate parking for eleven government vehicles, and necessary communications infrastructure. This opportunity is crucial for establishing a recruiting presence in the specified area, bounded by Pearl City District Park, Blaisdell Park, Pearl Highlands Center, and Pearlridge Center. Proposals must be submitted electronically by February 1, 2026, to Amy L. Capwell at amy.capwell@usace.army.mil, and interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    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.