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)
ID: DACA675260000600Type: 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 CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) presents Request for Lease Proposals (RLP) No. DACA675260000600 for a fully serviced lease in Bellingham, WA, with proposals due by February 28, 2025. The RLP outlines requirements for approximately 3,564 gross square feet to 2,916 net square feet of space, including 24-hour access, communication infrastructure, a secondary egress, and parking for ten government vehicles. The document details the delineated area where the lease is sought, eligibility criteria, and several environmental considerations, such as hazardous materials and floodplain locations. It underscores rigid compliance with safety, fire protection, and historic preservation laws, and mandates a clear proposal submission process via email. Proposals will be evaluated primarily on cost-effectiveness and variables related to location, accessibility, layout efficiency, and technical compliance. The selection process aims at awarding the lease to the best-value offer in accordance with government policies. Overall, the RLP articulates a structured approach to acquiring leasehold interests, emphasizing environmental due diligence and adherence to strict regulations to ensure suitability for government use.
    The USACE Recruiting Form 1364 serves as a Rental Proposal Worksheet utilized by the United States Army Corps of Engineers (USACE), Seattle District, for evaluating rental proposals for governmental space leases. The document details essential information requirements, including property specifics (location, size, and ownership details), financial breakdowns (base rent, various maintenance costs, and utilities), and lease conditions (duration and cancellation rights). The lease typically spans five years, with a provision for a 90-day cancellation notice by the government. Additionally, the form mandates the submission of evidence of property ownership and registration in the System for Award Management (SAM) for lease consideration. The overall aim of this form is to streamline the proposal process for property leasing by the government while ensuring compliance with federal guidelines. Through structured and comprehensive requirements, the form facilitates transparency and accountability in government procurement processes, ultimately fostering effective partnerships between government agencies and property owners.
    The government lease agreement (LEASE NO. DACA675XXXXXXXXX) between the U.S. Army Corps of Engineers (USACE) and a Lessor outlines the conditions for leasing a specified property for government purposes. The lease is to commence upon acceptance of the premises for a term of five years, with provisions for termination and renewal depending on the availability of appropriated funds. The Lessor is required to provide and maintain adequate facilities, including utilities and maintenance services, to ensure the premises meet governmental safety and operational standards. Key stipulations include the Lessor’s responsibility for alterations to the premises, maintenance of common areas, and compliance with applicable laws. The government retains rights to terminate the lease with appropriate notice and may require alterations at the Lessor's expense. The document emphasizes obligations regarding environmental compliance, safety, and maintenance, ensuring the premises are suitable for government use. It also incorporates various insurance and certification requirements, illustrating the rigorous standards applied to federal leasing agreements to safeguard government interests.
    This document outlines the general clauses of a lease agreement between the U.S. Government and a Lessor, focusing on the acquisition of leasehold interests in real property. Key points include provisions on subletting and assignment, successors bound, subordination of the lease to existing mortgages, and the obligations of both parties. The Government retains the right to sublet and assign the lease, while the Lessor must consent to such actions without being unreasonable. Defaulting conditions by the Lessor are clearly specified, along with remedies available to the Government, including termination of the lease. Maintenance responsibilities and rights to inspect the property are defined, ensuring compliance with applicable laws and standards. The lease stipulates terms for payment, including procedures for interest penalties in case of delays, requirements for proper invoicing, and consequences for legal violations. The document emphasizes mutual obligations, tenant agency substitutions, and compliance with safety and environmental standards. Overall, it serves to formalize the relationship between the Government and Lessor while ensuring protection of the Government's interests during the term of the lease.
    This document outlines the construction and security specifications for Military Recruiting Facilities and Production Offices, focusing on compliance with federal, state, and local standards. It establishes general guidelines for construction, including prior approval requirements from the Corps of Engineers (COE) for deviations from specifications or floor plans. Key elements include the prohibition of certain telecommunications equipment sourced from specific entities and the necessity for certification to ensure compliance with the 2019 NDAA requirements. Critical deliverables, such as Architectural/Engineering (AE) drawings, must be reviewed and approved before construction begins. The document emphasizes the importance of energy efficiency, interior design elements, mechanical, electrical, plumbing systems, and safety features. It notes that HVAC systems must adhere to specific environmental performance standards, restrooms must meet certain specifications depending on recruiter numbers, and all premises must comply with construction codes. Additionally, the document provides comprehensive guidelines for finish materials, safety and fire equipment, architectural elements, and operational procedures, ensuring that the facilities are functional, secure, and in alignment with military standards. This initiative reflects the government's diligence in creating effective operational spaces for military recruiting while maintaining adherence to necessary legal and safety protocols.
    The Recruiting Facilities Program's Construction Specifications Bid Proposal Worksheet is a comprehensive document designed for bidders to outline costs associated with various construction tasks required for government facilities. It encompasses numerous categories, including HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, and security systems, with specific items listed under each category. Bidders are instructed to fill in quantities and costs for each item, ensuring adherence to the construction specifications provided by the U.S. Army Corps of Engineers (USACE). Key requirements stipulate that the bid proposal must be completed in full to avoid rejection and must include any additional necessary items. The total bid proposal price is summed at the end, reflecting a comprehensive understanding of the required work. This worksheet serves as a critical tool for accurate budgeting and project execution, aligning with federal contracting standards.
    The document outlines the specifications and requirements for janitorial services to be provided under a government contract, focusing on the U.S. Army Corps of Engineers' leased facilities. The contractor must adhere to a defined cleaning schedule (two or three times per week), with specific tasks detailed for regular maintenance, including trash removal, vacuuming, hard surface cleaning, and restroom sanitation. The contractor is responsible for supplying all necessary materials and using environmentally friendly products. The quality control program mandated by the contract includes checklists for services rendered, regular inspections, and certifications of completed work. Performance evaluations will occur regularly, with possible penalties for unsatisfactory work, including payment deductions and contract termination for consistent failures. The document emphasizes the importance of communication between military service representatives and the contractor, outlining procedures for handling no-shows and deviations from the cleaning schedule. Furthermore, all personnel engaged in the contract must undergo background checks, ensuring security compliance. Overall, this document serves as a comprehensive guide for maintaining cleanliness and hygiene standards in government facilities while promoting accountability and quality assurance in outsourced services.
    This document, LEASE NO. DACA6752X00XXX00, outlines critical representations and certifications required for lessors entering into leases with the government. It includes various essential elements such as ownership rights, taxpayer identification obligations, and criteria for small business classifications. The lessor must certify legal ownership and the authority to lease the property, with provisions for indemnification in case of ownership disputes. Taxpayer Identification Number (TIN) requirements are detailed to ensure compliance with federal debt collection and reporting regulations. Small business status is assessed with guidelines on size standards based on gross receipts and employee count, alongside specific representations related to being a disadvantaged, women-owned, or veteran-owned business. The document emphasizes the importance of affirmative action compliance and previous contract adherence, ensuring that lessors are following labor regulations. Furthermore, it mandates registration in the System Award Management (SAM) database, outlining necessary steps for obtaining a DUNS number and maintaining updated records. This comprehensive framework facilitates government procurement processes and supports compliance with federal standards while encouraging participation from diverse business entities.
    The Lessor's Annual Cost Statement is a documentation requirement by the General Services Administration (GSA) for entities leasing property to the federal government. The document outlines estimated annual costs for services and utilities provided as part of the rental agreement, categorized into various elements, including cleaning, heating, electrical, and maintenance. It emphasizes the importance of accurately calculating costs for the entire building and specific government-leased areas. Detailed instructions guide lessors on how to report costs associated with utility services, salaries, system maintenance, and miscellaneous expenses like taxes and insurance. The certification section requires lessors to affirm that their cost estimates are accurate. This process is essential for ensuring rental charges align with prevailing rates and helps the GSA determine fair market value, thereby contributing to responsible government spending in leasing arrangements.
    The Certificate of Authorization document, linked to Lease No. DACA675__00__00, serves as a formal declaration confirming the authority of the individual signing the lease on behalf of the corporation or LLC identified as the Lessor. The signer, whose information is to be filled in, attests that their actions were sanctioned by the governing body of the organization and fall within the permissible powers granted to it. The document emphasizes the importance of verifying the legitimacy of the signing authority, ensuring that corporate procedures are adhered to. This form typically accompanies federal grants and RFP processes to validate corporate involvement, thus reinforcing compliance and accountability in governmental agreements.
    The document is a Certificate of Authorization related to Lease No. DACA675__000__00, confirming the partnership's authority in the context of a lease agreement. The General Partner, referred to as Partner X, attests to their position and the authority of another General Partner, Partner Y, to bind the Partnership per the Partnership Agreement. The document includes lines for signatures, dates, and a corporate seal, emphasizing its formal nature and the essential identification of parties involved in the lease. This certificate is critical for legal clarity in government leases, ensuring that all parties acknowledge their roles effectively. Such documentation is often required in federal and state/local Request for Proposals (RFPs) and grants to validate authority and accountability within partnerships.
    The document serves as an "Agency Agreement" that allows a property owner (referred to as the Lessor) to authorize a property manager or agent to represent them in lease agreements with the government. The owner certifies their ownership of a specified property and designates an agent with the authority to sign the lease on their behalf. This authorization includes the agent's rights to manage all related matters, such as maintenance and financial transactions for the lease. The form requires the owner's signature and details their title, confirming their consent for the agent to act in all leasing capacities. This document is significant for governance in federal and local RFP contexts, ensuring proper representation and accountability for property leasing to the government.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Marine Corps Career Center
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 556 usable square feet of commercial retail space in Bloomsburg, Pennsylvania, to support the Marine Corps Career Center. The leased space must be within a one-mile radius of 589 East 7th St., and must include a secondary egress and adequate parking for one government vehicle, both during the day and overnight. This opportunity is critical for ensuring the operational needs of military recruitment facilities are met, adhering to federal guidelines and safety standards. Proposals are due by 5:00 PM on February 20, 2025, 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-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.
    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.