DACA675260000300 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,012 - 4,850 gross square feet of retail space in Bend, Oregon for an Armed Forces Career Center (Military Recruiting Office)
ID: DACA675260000300Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 3,012 to 4,850 gross square feet of retail space in Bend, Oregon, 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 location meets specific government requirements regarding accessibility, safety, and proximity to public transportation. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that is conducive to attracting potential recruits. Interested parties must submit their proposals electronically by July 16, 2025, and can direct inquiries to Matthew James at matthew.james@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.

    Files
    Title
    Posted
    The USACE Recruiting Form 1364 is a worksheet utilized by the United States Army Corps of Engineers, Seattle District, for evaluating rental proposals for government-leased spaces. The document outlines essential information such as the building's address, size specifications, rental costs, and maintenance fees associated with the property. Key elements include base rent, property taxes, and various utility costs, along with the owner's and leasing agent's contact details. The lease terms stipulate a five-year duration, with a 90-day cancellation right for the government. Additional requirements include evidence of ownership and registration in the System for Award Management (SAM). This form facilitates the comprehensive assessment of potential rental spaces, ensuring compliance with federal standards and efficient procurement processes for government leasing needs.
    The document is a leasing agreement between a lessor and the United States government, specifically the U.S. Army Corps of Engineers (USACE), detailing the terms and conditions of a government lease. The lease encompasses the property to be rented, annual rent obligations, and the term duration which spans five years, contingent upon available appropriated funds. Key provisions include maintenance responsibilities, the terms of alterations, and compliance with local building codes. The lease outlines essential rights regarding appurtenant areas like parking, and also stipulates utilities, services, and emergency maintenance required by the government. The Lessor must ensure that the property meets safety codes and maintains tenantable conditions at all times, including provisions for accessibility and environmental compliance. Critical termination rights allow the government to terminate the lease with 90 days' notice, adjusting rental obligations accordingly. The structure includes detailed sections on construction specifications, maintaining indoor air quality, and insurance requirements. This agreement exemplifies government procurement processes, emphasizing regulatory adherence and the requirements for compliance in public contracts.
    This document outlines the general clauses related to the acquisition of leasehold interests in real property by the U.S. Government, specifically focusing on lease number DACAXX5XXXXXXX00. It covers important terms such as subletting and assignment rights, the obligations of the Lessor, and conditions around maintenance and occupancy of the leased premises. The Government retains the right to sublet or assign the lease with written consent from the Lessor. The document details obligations of both parties concerning maintenance, inspection rights, compliance with laws, and handling of fire and casualty damage. It specifies payment terms, including monthly rent due dates and procedures for invoice submissions. Additionally, it addresses compliance with federal laws related to equal opportunity, small business subcontracting, and anti-kickback procedures. The overall purpose of this document is to establish clear contractual obligations and rights, ensuring successful lease agreements for properties intended for government use, promoting compliance with legal standards, and safeguarding the interests of both the Government and the Lessor.
    The file outlines construction and security specifications for Military Recruiting Facilities, establishing detailed guidelines for lessor responsibilities in compliance with federal, state, and local standards. It emphasizes obtaining required permits, adhering to an approved architectural design, and ensuring that construction complies with specific military service requirements. The specifications outline essential components, including electrical, plumbing, HVAC, and communication systems, while ensuring that prohibited entities are avoided in equipment procurement. Critical aspects include adherence to energy-efficient standards, accessibility requirements, and delivering technical drawings for approval prior to construction. Safety measures, such as fire alarm systems, emergency exits, and smoke detectors, are mandated. The file also stipulates the necessary specifications for architectural finishes, flooring, windows, and doors, ensuring they align with military operational needs. Throughout the entire process, rigorous documentation and certification of compliance with the National Defense Authorization Act (NDAA) are stressed, reinforcing the commitment to secure and functional recruitment facilities. This document serves as an essential resource for contractors undertaking projects associated with military recruiting offices, ensuring streamlined compliance and operational efficiency.
    The Recruiting Facilities Program provides a Construction Specifications Bid Proposal Worksheet designed for contractors to outline estimates for various construction and renovation tasks. The bid categories include HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, and security systems. Each category details specific items, and contractors must indicate quantities and pricing for each. The proposal highlights the importance of adhering to construction specifications as provided by the U.S. Army Corps of Engineers (USACE). Complete submission of the worksheet is critical; incomplete submissions may result in rejection. A section for general costs also includes architectural and design fees, alongside overhead, insurance, and taxes. The document emphasizes a systematic approach to ensure all project components comply with federal standards and requirements, showcasing organizational diligence and commitment to quality in the bidding process. Overall, this bid proposal is crucial for standardizing costs and ensuring compliance within the federal contracting landscape associated with facility upgrades, illustrating the project's comprehensive scope and the emphasis on systematic, thorough planning.
    This document outlines the specifications and requirements for janitorial services to be provided for facilities managed by the U.S. Army Corps of Engineers (USACE). The cleaning services are to occur either two or three times a week, depending on the facility size, and during regular government working hours, except on federal holidays. A Military Service Representative (MSR) must be present during cleaning, and the contractor is responsible for all cleaning supplies and personnel. Service requirements include trash removal, vacuuming, disinfecting high-touch surfaces, restroom sanitation, and periodic cleaning tasks such as carpet cleaning, dusting, and HVAC filter replacements. The contractor must utilize environmentally friendly products and can face payment deductions for unsatisfactory performance. The document emphasizes quality control through a structured inspection process and mandates documentation of services performed. Contractors must also undergo background checks and adhere to specific safety and identification protocols while ensuring minimal disruption to government operations. The scope addresses both regular and emergency cleaning needs, demonstrating a comprehensive approach to maintaining clean and sanitary conditions in government-owned facilities.
    The document outlines the representations and certifications required by a lessor and government lessee under Lease No. DACA6752X00XXX00. It verifies the rightful ownership of the property and includes critical tax compliance measures, mandating offerors to provide their Taxpayer Identification Number (TIN) and organization type, which could affect federal payment reporting requirements. The lease specifies small business program representations, citing the relevant North American Industry Classification System (NAICS) code and size standards for small businesses. It also addresses previous contracts and compliance reports related to Equal Opportunity clauses and underscores the necessity of affirmative action programs if applicable. Moreover, it details prerequisites regarding registration in the System Award Management (SAM) database, which is required prior to award, stating that inaccuracies in registration may affect eligibility. Overall, the document establishes a framework for compliance in business transactions involving government properties, emphasizing legal obligations for lessors to ensure transparency and accountability.
    The Lessor's Annual Cost Statement is designed for government leasing processes, providing a structured means for lessors to estimate and report the annual costs associated with services, utilities, and ownership of a property. It encompasses two main sections: Section I details the estimated annual cost of services and utilities furnished by the lessor, such as cleaning, heating, electrical, plumbing, and maintenance, for both the entire building and the area rented by the government. Section II focuses on the estimated annual cost of ownership, excluding capital charges, which includes real estate taxes, insurance, maintenance costs, and any applicable lease commissions. The document requires lessors to carefully assess and document these costs to ensure fair market rental consideration and compliance with government standards. Additionally, it includes instructions for calculating rentable areas and submitting estimates based on the actual costs or best estimates. The Lessor's certification at the end of the document attests to the accuracy of these estimates. This form is integral in the government’s procurement processes, aiding in the determination of rental agreements that align with community pricing standards while ensuring transparency and accountability in federal leasing practices.
    This document is a Certificate of Authorization related to Lease No. DACA675__00__00, which outlines the responsibilities of the Secretary or principal of a corporation or LLC acting as the Lessor in an attached lease agreement. The certifying individual confirms their authority to execute the lease on behalf of the corporation or LLC, indicating that the signer is authorized as per the governing body’s stipulations. The structure includes fields for the official's name, title, date, and corporate seal, signifying formal endorsement and adherence to corporate powers. This certificate serves to validate the legitimacy of the signing authority, a critical requirement in government RFPs and contracts to ensure accountability and compliance with federal and local regulations.
    The document is an "Agency Agreement/Authorization for Property Manager to Act on Behalf of Owner," designed for the Lessor to confirm the authority of their designated agent to manage a property leased to the government. It begins with the Lessor certifying their ownership of a specific property and identifying the agent authorized to sign the lease and handle related responsibilities. This includes binding the owner to all terms, overseeing financial obligations, maintenance requirements, and managing lease amendments or releases. The form requires the owner's signature, name, and title, stressing the importance of a clear delegation of authority within property management contexts. This is particularly relevant in scenarios involving federal grants and local RFPs, ensuring that responsibilities are appropriately assigned and documented. In short, this certificate formally acknowledges the agency's legal right to act on behalf of the property owner, facilitating compliance with federal leasing processes and protecting both parties' interests in a government leasing transaction.
    Similar Opportunities
    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.
    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.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
    Dept Of Defense
    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. 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.
    U.S. Government Space Required in Modesto, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking proposals for a full-service lease of retail office space in Modesto, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,841 rentable square feet and a maximum of 6,367 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 efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their proposals electronically by 12:00 PM PDT on December 21, 2025, to Stacy Mooney at Stacy.A.Mooney@usace.army.mil, and must include necessary documentation such as exclusivity agreements and representation letters.
    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 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 - 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.
    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.
    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.