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)
ID: DACA675260000800Type: 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 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.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) has issued Request for Lease Proposals (RLP) No. DACA675260000800 for a fully serviced lease providing approximately 4,504 Gross Square Feet in Everett, WA, with offers due by March 31, 2025. The lease will be awarded based on a combination of the best price and technical factors such as location, accessibility, and compliance with fire protection and environmental standards. The proposal requirements include submission of detailed rental pricing, compliance with applicable regulations, and an efficient space layout confirmation. The RLP emphasizes government responsibilities relating to sustainability and compliance with hazardous materials and environmental protections, including asbestos management. Additionally, it outlines the Government's right to inspect the space condition and potential hazards. The process requires strict adherence to submission protocols and will include negotiations to achieve the best value for the Government, emphasizing the importance of responsive offerors who can navigate the complexities of leasing to federal standards.
    The USACE Recruiting Form 1364 is a Rental Proposal Worksheet designed for the United States Army Corps of Engineers, Seattle District. The document collects essential information regarding the rental property, including its location, size, and ownership details, along with the associated costs such as base rent, property taxes, utilities, and maintenance. The lease terms stipulate a five-year agreement with a 90-day cancellation right for the government. Additional requirements include proof of ownership and registration in the System for Award Management (SAM) to facilitate lease arrangements. This form is part of the broader context of federal RFPs and grants, serving to standardize the process for property leasing by government entities while ensuring compliance and transparency. Notably, the document emphasizes the need for certain attachments and the acceptance of government lease clauses, illustrating the structured and regulated nature of federal property leasing initiatives.
    This document outlines a lease agreement between a lessor and the U.S. Government, specifically the U.S. Army Corps of Engineers (USACE), for a property designated for government use. The lease, governed by federal regulations, details rental terms including an initial five-year term, responsibilities of both parties regarding maintenance, utilities, and alterations, and termination rights. The lessor is tasked with ensuring the premises meet specific standards for safety, compliance, and tenant comfort, including HVAC systems, utility provisions, and connectivity for communication services. Key provisions dictate that the government’s payment is reliant on appropriated funds, and no rental fees accrue until the space is accepted. The lessor must provide a valid Certificate of Occupancy and address alterations as requested. The document emphasizes adherence to federal laws, particularly regarding environmental and historical preservation standards. It affirms that the government is self-insured, indicating liability limits. Overall, the lease establishes a structured framework ensuring mutual obligations are met, facilitating the effective use of the property for government operations.
    The document outlines the general clauses of a lease agreement involving the Government's acquisition of real property interests. Key clauses include the Government's rights to sublet and assign the lease with Lessor's consent, obligations for maintenance and condition of the property, and terms for payment and default by the Lessor. It emphasizes that the lease binds successors and that the Government can inspect the property at any time to ensure compliance with maintenance standards. Furthermore, it addresses provisions related to fire and casualty damage, ensuring the Lessor repairs any damage within a specified timeline. Compliance with all applicable laws is imperative for both parties, along with specific clauses about payment timelines and invoicing procedures. The document serves to ensure clarity and protection of interests for both the Government and the Lessor in this contractual relationship, reflecting typical elements found in government RFPs and grant agreements.
    The document outlines construction and security specifications for military recruiting facilities as part of a federal lease agreement. It establishes general guidance that specifies the responsibilities of lessors and contractors regarding compliance with construction standards, local building codes, and security requirements. It mandates the submission of architectural and engineering drawings to the Corps of Engineers (COE) for approval before any construction begins. Additionally, the specifications emphasize using Energy Star labeling and are strictly prohibitive of equipment or services from specific entities identified as security risks, thereby ensuring the protection of government interests. Key areas addressed include mechanical, plumbing, electrical systems, and safety provisions such as exit signage and fire alarms. The document insists on maintaining air quality and energy efficiency, providing necessary amenities based on the recruitment staff's size, and adhering to stringent architectural finishes. Specific details regarding the types of materials, products, and security devices are also thoroughly described, ensuring that facilities meet both operational and security needs while aligning with federal mandates.
    The Recruiting Facilities Program's Construction Specifications Bid Proposal Worksheet outlines the requirements for contractors bidding on construction projects related to military facilities. It details various categories including HVAC, plumbing, electrical, communications, safety, and architectural finishes, each specifying sub-items and quantities required for the project. Contractors must ensure complete and accurate completion of the worksheet, adhering to specifications provided by the US Army Corps of Engineers (USACE). The document emphasizes the importance of following all requirements and informs that failure to comply may result in rejection of the bid. Additional components such as architectural and design costs, as well as overhead, insurance, and taxes, are also included to guide the bidding process. Overall, the worksheet communicates essential project specifications and establishes a framework for compliant and competitive bidding aligned with federal grant mandates and guidelines for state and local projects.
    The document outlines the specifications and requirements for janitorial services needed by the U.S. Army Corps of Engineers. The contractor must provide all labor, equipment, and supplies, ensuring cleaning occurs twice or three times weekly during business hours, excluding federal holidays. Key responsibilities include maintaining cleanliness in various areas such as offices, restrooms, and common spaces, detailed through a comprehensive checklist that must be signed by both the contractor and the Military Service Representative (MSR) each week. The contractor is required to use environmentally friendly cleaning products, particularly for high-touch surfaces, and to adhere to industry standards for quality control and performance evaluation. Critical elements also include defined protocols for carpet cleaning, restroom services, and emergency cleaning. Performance will be evaluated through regular inspections, with penalties for non-compliance and poor performance potentially resulting in payment deductions or contract termination. Additionally, strict guidelines on personnel identification and background checks are mandated to ensure security in federally controlled facilities. This document serves as a formal request for proposals (RFP) and establishes clear expectations for service delivery to maintain a clean and safe environment in government facilities.
    This document, titled "Exhibit G: Representations and Certifications," is part of Lease No. DACA6752X00XXX00 and outlines essential certifications necessary for the Lessor and the Government when engaging in a lease agreement. Key topics cover the Lessor's ownership rights, including indemnification requirements if ownership is disputed, as well as the necessity for the Lessor to provide a Taxpayer Identification Number (TIN) for compliance with federal tax laws. The document establishes criteria for small businesses and their classifications, including definitions for various types of small business concerns, such as women-owned and service-disabled veteran-owned entities. Furthermore, it touches on previous contracts and affirmative action compliance obligations and mandates that the Offeror must be registered in the System Award Management (SAM) database. This registration ensures the accuracy of contractor information and eligibility for federal awards. The comprehensive structure aims to hold Offerors accountable while facilitating compliance with federal regulations regarding ownership, tax identification, and socio-economic business classifications within government contracts. The emphasis throughout is on maintaining integrity and transparency in contractual agreements associated with federal and local RFPs.
    The document is the Lessor's Annual Cost Statement, intended for government leasing proposals, specifically detailing expected annual costs of services and utilities provided by a lessor as part of a rental agreement. It includes sections for estimating annual costs of various services like cleaning, heating, electrical, plumbing, and maintenance, divided into two sections: costs for the entire building and those specific to the government-leased area. The form requires detailed calculations and estimates for costs such as salaries, supplies, utilities, and maintenance, ensuring transparency and fairness in rental pricing in line with community standards. Additionally, it asks for ownership costs excluding capital charges, incorporating expenses such as real estate taxes, insurance, and upkeep. A space for the lessor to certify their estimates and sign the document is provided, ensuring accountability. This document plays a crucial role in government procurement by establishing a basis for competitive leasing and ensuring accurate budgeting for federal spaces.
    The document is a Certificate of Authorization related to Lease No. DACA675__00__00, indicating the official acknowledgment of a corporate or LLC entity in the context of a lease agreement. The certificate is intended to confirm that the individual signing the lease is authorized by the governing body of the corporation or LLC to act on its behalf. It captures the name of the corporation, the title of the individual certifying the document, and acknowledgement of authority concerning the lease. The format also includes a space for the corporate seal and the date of certification, ensuring legal validity. This document serves as a critical component in federal and state contracting processes, particularly for compliance in RFP responses, where verification of authority to bind the corporation or LLC is essential.
    The document, "Certificate of Authorization" related to Lease No. DACA675__000__00, serves as a formal declaration by a General Partner in a partnership that provides leasing authority to another General Partner within the same partnership. The certificate affirms that the individual signing the lease has the necessary authority, as defined by the Partnership Agreement, to bind the partnership legally. The document includes spaces for names, a certification statement, date, and a seal, indicating its official nature. This certificate is often required in government RFP processes to establish legitimacy and confirm that all parties involved in the leasing process have the authority to act on behalf of the partnership, ensuring compliance with regulatory requirements in federal and potentially state and local contexts. Its purpose is to facilitate transparency and uphold contractual obligations in partnership agreements linked to government contracts or grant opportunities.
    This document serves as an authorization certificate for a property manager to act on behalf of the property owner in relation to leasing property to the government. The property owner certifies their identity and the property address involved in the lease. They designate an agent, granting the agent full legal authority to sign the lease, manage all lease-related matters—including finances and maintenance—and release the United States from any obligations related to the lease. The document requires the owner's signature, name, and title, formally affirming the agent's rights and responsibilities. The overarching purpose is to ensure the proper delegation of leasing authority and establish accountability for all actions involving the leased property. Such agreements are essential in the context of government RFPs and grants, as they define legal relationships and responsibilities for property management in government leasing arrangements.
    Similar Opportunities
    DACA675260000600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,564 gross square feet of retail space in Bellingham, 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 3,564 gross square feet of retail space in Bellingham, 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 layout efficiency. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various safety and operational standards. Interested parties must submit their proposals electronically by February 28, 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.
    Armed Forces Recruiting Navy Reserve Headquarters Office Space
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the lease of office space for the Navy Reserve Headquarters in Everett, Washington. The required space must range from 4,900 to 5,500 gross square feet, located in a professional office area with specific accessibility and safety standards, including compliance with fire safety, security, and environmental regulations. This procurement is crucial for supporting military recruiting operations, ensuring that the facility meets operational needs while adhering to federal guidelines. Interested parties must submit their expressions of interest by February 28, 2025, with occupancy anticipated by August 30, 2025. For further inquiries, contact Kurtis A. Nold at Kurtis.A.Nold@usace.army.mil or by phone at 206-743-2182.
    DACA675250018000 - United States Army Corps of Engineers (USACE) seeks to lease approximately 772 - 965 gross square feet of retail space in Roseburg, OR 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 772 to 965 gross square feet of retail space in Roseburg, Oregon, 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 for location, accessibility, and compliance with safety and environmental standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that is accessible and meets government specifications. Interested parties must submit their proposals electronically by February 14, 2025, and can direct inquiries to Matthew James or Ryan Maas at the provided contact information.
    Army Recruiting Center Newport News, VA
    Buyer not available
    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 Newport News, Virginia. The Government requires a minimum of 2,400 to a maximum of 2,000 gross rentable square feet of space, with a full-service lease that includes base rent, common area maintenance (CAM), utilities, and janitorial services for a term of five years, along with non-exclusive parking for government vehicles available 24/7. This procurement is crucial for establishing a functional recruitment facility that meets specific operational and security standards, ensuring compliance with federal regulations and local building codes. Interested parties must submit their proposals by February 11, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.
    Armed Forces Recruiting Center- Hampton, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for an Armed Forces Recruiting Center in Hampton, Virginia. The requirement is for a commercial storefront space ranging from 3,000 to 3,500 gross rentable square feet, with a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years. This facility will serve as a vital location for military recruitment efforts, necessitating compliance with various safety, environmental, and accessibility standards. Interested parties must submit their proposals by February 11, 2025, and can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further information.
    The Baltimore District, U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1300 usable square feet of commercial retail space located within a one (1) mile radius of Metro Centre at Owings Mills, MD 21117
    Buyer not available
    The Baltimore District of the U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1,300 usable square feet of commercial retail space within a one-mile radius of Metro Centre at Owings Mills, Maryland. The leased space must include a secondary egress and provide adequate parking for three government vehicles, both during the day and overnight, and must comply with government lease requirements. This opportunity is critical for establishing a Joint Recruiting Facility, ensuring that the space meets operational needs and adheres to federal regulations regarding safety and maintenance. Proposals are due by 5:00 PM on February 28, 2025, and interested parties should contact Jessica Brannon at jessica.e.brannon@usace.army.mil or call 667-434-2068 for further details.
    DACA675250016500 - United States Army Corps of Engineers (USACE) seeks to lease approximately 26 gross square feet of communication tower space on Crawford Mountain, WA for operation and maintenance of communication equipment
    Buyer not available
    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 26 gross square feet of communication tower space on Crawford Mountain, Washington, for the operation and maintenance of communication equipment. The lease will have an initial term of 12 months, with four optional annual renewals, totaling a potential five-year term. This procurement is crucial for ensuring reliable communication capabilities for government operations, and the selected site must meet specific requirements, including secure storage for equipment, 24-hour access, and compliance with safety and environmental regulations. Interested parties must submit their proposals electronically by February 28, 2025, and can direct inquiries to Rora Oh or Ryan Maas at the provided contact information.
    Recruiting Station - Armed Forces Career Center - Orlando, FL
    Buyer not available
    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 Orlando, Florida. The required space must range from 5,552 to 6,940 gross rentable square feet and include adequate parking for approximately eighteen government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This procurement is crucial for establishing a functional and secure environment for military recruitment efforts, ensuring compliance with various operational and safety standards. Interested parties must submit their completed Proposal to Lease Space form and associated documents to Ana Fraguada via email by 11:59 PM on February 28, 2025, and must be registered in the System for Award Management (SAM) prior to award.
    Recruiting Station-Armed Forces Career Center-Jacksonville, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial retail space to serve as an Armed Forces Career Center in Jacksonville, Florida. The required space must range from 5,335 to 7,020 gross rentable square feet, with adequate parking for approximately eighteen government vehicles, and is intended to support military recruitment operations. This five-year lease will include all utilities and janitorial services, with proposals due by 11:59 PM on February 28, 2025, and must be submitted via email to Anthony Shoultz at anthony.a.shoultz@usace.army.mil. Interested parties are advised to review all attached documents thoroughly and ensure registration in the System for Award Management (SAM) prior to contract award.
    Armed Forces Career Center-Philadelphia-PA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,850 usable square feet of commercial retail space in Philadelphia, Pennsylvania, specifically within a one-mile radius of 7700C Crittenden St. The space must include a secondary egress and provide adequate parking for six government vehicles, both during the day and overnight, and must adhere to government leasing standards. This procurement is crucial for establishing a functional Armed Forces Career Center, ensuring compliance with various regulations and maintenance obligations as outlined in the draft lease agreement. Proposals are due by 5:00 PM on February 27, 2025, and interested parties should contact Malcolm I. Brooks at malcolm.i.brooks@usace.army.mil or by phone at 410-962-9320 for further details.