DACA675250014400-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,000-11,409 square feet of office space in Washington for an Armed Forces HQ Career Center
ID: DACA675250014400Type: 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 U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 11,409 square feet of office space in or near Seattle, Washington, for an Armed Forces HQ Career Center. The procurement requires a professional office space that includes 8,209 square feet of office area and 3,200 square feet of storage, with specific delineated boundaries for the location. This lease is crucial for supporting military recruitment operations and ensuring compliance with federal standards for facility management. Interested lessors must submit their offers electronically by November 12, 2024, and can direct inquiries to Jessica Butko or Rora Oh at the provided contact information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Request for Lease Proposals (RLP) No. DACA675250014400 seeks offers for a fully-serviced lease for approximately 11,400 Gross Square Feet of space within a specified Washington area. The lease term is anticipated to be one to two years, with specific requirements such as 24-hour access, communications infrastructure, parking, and storage space. Proposals must adhere to a method of award favoring the most advantageous offers based on price and technical factors, including layout efficiency, accessibility, fire protection, and environmental considerations. Offerors must provide complete proposals, including pricing details and evidence of property control, via email by the deadline of October 22, 2024. The RLP outlines eligibility criteria, environmental due diligence responsibilities, and compliance with local and federal regulations including NEPA and the National Historic Preservation Act. The document emphasizes that negotiations will focus on securing the best value for the government, considering essential service needs and property specifications. This RLP demonstrates the USACE’s commitment to transparency and detail in leasing processes necessary for federal operations.
    The USACE Recruiting Form 1364, issued by the United States Army Corps of Engineers, Seattle District, outlines a Rental Proposal Worksheet for properties intended for government leasing. The form captures essential details about the property, including the building name, construction date, dimensions, and various cost components such as base rent, property taxes, and maintenance fees. It also requires owner and leasing agent contact information and necessitates an authorized signature. Lease terms specify a five-year duration, with a 90-day cancellation right for the government. Additional notes highlight the requirement for proof of ownership and registration in the System for Award Management (SAM). The document ensures compliance with U.S. Government leasing standards and enhances the proposal evaluation process. Overall, it serves as a structured template for property owners to submit leasing offers to the government efficiently.
    The document outlines the terms and conditions for a lease agreement between the U.S. Government, represented by the U.S. Army Corps of Engineers (USACE), and a lessor for government premises. The lease, authorized under federal statutes, covers approximately a specified number of rentable square feet of office space to be used by the Government for official purposes. It includes details on the lease term of five years, commencement and termination rights contingent on funding appropriations, and rental conditions. The lessor is required to ensure the premises meet applicable safety and building codes, provide necessary utilities, maintenance, and janitorial services, and exclusively use the space for government activities while adhering to various operational standards. Additionally, the lease includes obligations regarding environmental compliance and accessibility for people with disabilities. The lessor assumes responsibility for alterations requested by the Government and must maintain insurance coverage as specified. This lease agreement is part of federal procedures for procuring and managing real estate resources for government activities, ensuring lawful and safe usage consistent with public sector standards.
    This government document outlines the general clauses related to the lease agreement between the lessor and the government concerning the acquisition of leasehold interests in real property. Key provisions include the government's rights to sublet and assign the lease, the responsibilities and obligations of both parties, including maintenance of the property, compliance with applicable laws, and terms of payment. The document establishes that the government may occupy the leased space incrementally, addresses default conditions, and ensures that all adjustments or changes to the terms must be documented in writing. Additionally, it incorporates various compliance clauses, including those focusing on equal opportunity, anti-kickback measures, and drug-free workplace policies. Essential operational protocols, such as prompt payment terms and procedures for verifying occupancy or space conditions, are also included. Overall, the document emphasizes the legal framework governing the lease while ensuring protection for both parties and compliance with federal regulations, thereby supporting the efficient management and occupation of government-leased spaces.
    The document outlines the construction and security specifications for Military Recruiting Facilities, serving as a guide for lessors and contractors to adhere to when building these premises. It emphasizes the importance of complying with the standards set by the Corps of Engineers (COE) regarding design, materials, and security measures. The requirements include detailed specifications for architectural and engineering drawings, permits, and compliance with federal regulations, particularly against specific entities like Huawei and ZTE. There are strict guidelines for HVAC, plumbing, electrical systems, and interior finishes, requiring sustainability measures like Energy Star-rated products. The document mandates the presence of necessary facilities such as restrooms based on the number of assigned recruiters and includes comprehensive instructions for fire safety and communications systems. The overall intent is to create functional and secure environments while adhering to legal and safety standards, demonstrating the federal government's commitment to maintaining high operational standards in military recruitment facilities.
    The document is a bid proposal worksheet for a construction project overseen by the U.S. Army Corps of Engineers (USACE). It outlines various categories of work required, including HVAC, plumbing, electrical, communications, safety and fire equipment, architectural finishes, signage, security systems, and necessary permits. Each category specifies individual tasks or materials and indicates a unit rate of one for each, suggesting a framework for pricing and budgeting. Key requirements include detailed completion of the worksheet to ensure the proposal is accepted, alongside adherence to construction specifications outlined in an appendix provided by USACE. The document stresses the importance of addressing all elements required for the project while highlighting the need for compliance with federal standards. Given the context of RFPs, this document serves as a structured tool for contractors and suppliers to prepare comprehensive bids for government-funded projects, facilitating the procurement process by clearly defining expected deliverables and ensuring uniformity in submissions.
    The document outlines the specifications and requirements for janitorial services to be provided to facilities leased by the U.S. Army Corps of Engineers. Cleaning services will be scheduled bi-weekly or tri-weekly depending on the facility's size. It mandates that a Military Service Representative (MSR) must be present during cleaning sessions, ensuring that the contractor complies with schedules and quality controls. The contractor is responsible for providing all necessary cleaning supplies, labor, and equipment, and must adhere to environmentally friendly practices. A comprehensive Quality Control Program is required to monitor cleaning performance, including regular inspections and a detailed janitorial checklist. Key cleaning tasks include trash removal, vacuuming, hard surface cleaning, disinfecting high-touch areas, and detailed restrooms service. Periodic services, like carpet cleaning and HVAC maintenance, also need to be scheduled. The contractor's performance will be reviewed, and unsatisfactory work could result in payment deductions or contract termination. Contractors must undergo background checks, use appropriate identification, and maintain professional standards throughout the duration of the contract. Compliance with industry standards and government regulations is critical for the successful execution of these janitorial services.
    This document outlines "Exhibit G," representing the representations and certifications for a government lease agreement, specifically Lease No. DACA675250014400. Its primary purpose is to establish the legal ownership of the property by the Lessor, ensuring indemnification against potential title failures. It identifies the Taxpayer Identification Number (TIN) of the Offeror, specifying requirements linked to federal tax reporting and compliance related to small business status. The document categorizes entities by type, outlines small business program representations and criteria, and addresses compliance with affirmative action programs. Key sections detail necessary registrations with the System for Award Management (SAM), emphasizing the need for accurate data to facilitate government contracts. The document stresses compliance with federal regulations and reporting requirements, highlighting the importance of proper representation in securing government contracts. This exhibit serves as a critical framework to ensure transparency, accountability, and equitable participation in government leasing processes.
    The Lessor's Annual Cost Statement, designated by OMB Control Number 3090-0086, serves as a financial disclosure tool for lessors participating in government lease agreements. This document captures estimated annual costs associated with services and utilities provided as part of rental agreements, as well as ownership costs exclusive of capital charges. Key sections require lessors to detail costs for cleaning, heating, electrical, plumbing, and other essential services, along with salaries and supplies. The structure emphasizes transparency in financial estimates for building maintenance needs, operational costs, and taxes, ensuring that government leasing decisions align with fair market values. Inclusion of miscellaneous expenses highlights comprehensive financial assessment strategies. The certification section mandates that lessors confirm the accuracy of their reported figures, reflecting an obligation to maintain integrity in government contracting processes. Overall, this statement plays a critical role in the evaluation of lease proposals, underpinning the General Services Administration's commitment to fiscal responsibility and equitable rental practices.
    The document is a Certificate of Authorization for a lease agreement under Lease No. DACA675250014400. It certifies that the individual named (not specified in the excerpt) is the Secretary or Principal of the corporation or LLC identified as the Lessor in the lease. The document confirms that the lease was signed by another designated individual (also unspecified) acting on behalf of the corporation LLC, with authorization from its governing body and within the bounds of its corporate powers. The certification is required to validate the lease agreement by confirming the authority of the signatory. It includes sections for the date and corporate seal, signifying its official nature. This certificate is integral to the execution of government contracts, ensuring that all contractual obligations are legally bound and authorized within corporate frameworks, aligning with procedures for RFPs and federal grants.
    The document is a Certificate of Authorization pertaining to Lease No. DACA675250014400, connecting to a partnership agreement. It certifies that one party, referred to as Partner X, is a General Partner in the Partnership identified as the Lessor in the lease agreement. Additionally, it affirms that another individual, Partner Y, who signed the lease, is also a General Partner with the authority to bind the Partnership as specified in their Partnership Agreement. The document requires a date and a seal for validation. This certificate is essential in the context of government Requests for Proposals (RFPs) and grants, serving to establish the legitimacy and authority of the partners involved in contractual agreements with the federal or state government. It ensures that the lease can be legally executed and that those signing have the requisite authority under partnership stipulations.
    The document is an AGENCY AGREEMENT/ AUTHORIZATION form that allows a property owner (Lessor) to appoint an agent to manage leasing matters on their behalf for a property being leased to the government. It establishes the owner's identity and certifies that the designated agent has the authority to sign leases, bind the owner to terms, manage monetary transactions, and address maintenance for the property in question. By filling out this form, the owner acknowledges and empowers their agent to handle various lease-related responsibilities, including financial duties and obligations tied to the leased property. The document requires the owner's signature, name, and title to validate the authorization. Overall, this form is a crucial component within the context of federal and local requests for proposals (RFPs), ensuring that the Government has valid authorization to engage with a property representative for leasing agreements.
    Similar Opportunities
    DACA675250002600-United States Army Corps of Engineers (USACE) seeks to lease approximately 3,703 square feet of retail space in Federal Way, Washington for an Armed Forces Career Center
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,703 square feet of retail space in Federal Way, Washington, for an Armed Forces Career Center. The government requires a fully-serviced lease for a term of up to five years, including base rent, utilities, janitorial services, and parking provisions, with specific location criteria outlined within a designated area. This procurement is crucial for establishing a functional recruiting office that meets operational and accessibility standards. Interested parties must submit their proposals electronically by October 18, 2024, and can contact Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    DACW675250014600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,023 gross square feet of office space in Spokane, WA for a Regulatory Field Office
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) is seeking to lease approximately 2,023 gross square feet of office space in Spokane, Washington, for a Regulatory Field Office. The lease will be for a full term of 60 months, with an option for an additional 12 months, and must include base rent, utilities, and janitorial services. This procurement is crucial for providing a professional office environment that meets government standards for accessibility, safety, and operational efficiency. Interested parties must submit their proposals electronically by November 7, 2024, and can direct inquiries to Colin Loberg at colin.g.loberg@usace.army.mil or Rora Oh at Rora.Oh@usace.army.mil.
    U.S. Armed Forces Career Center — Astoria, Queens, NYC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,000 square feet of commercial office space in Astoria, Queens, New York. The selected space must be located within a one-quarter mile radius of 32-56 Steinway Street and include a secondary egress, with proposals required to detail a rental amount that encompasses water/sewer, CAM, real estate taxes, and insurance. This procurement is crucial for supporting the operations of the U.S. Armed Forces Career Center, and interested parties must submit their proposals by 5:00 PM on November 30, 2024. For further inquiries, potential lessors can contact Stephen Brown at stephen.m.brown@usace.army.mil or Alicia M. Biggs at alicia.m.biggs@usace.army.mil.
    Armed Forces Career Center Manchester NH
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking lease proposals for approximately 3,600 square feet of commercial office space in Manchester, New Hampshire, to support the Armed Forces Career Center. The space must be located within a ¼ mile radius of 1525 South Willow Street and must include a secondary egress and adequate parking for approximately 15 government vehicles, both during the day and overnight. This procurement is crucial for ensuring suitable facilities for military recruiting operations, reflecting the government's commitment to providing effective support for its personnel. Proposals are due by 5:00 PM on October 25, 2024, and interested parties should contact Marcia Marques at marcia.marques@usace.army.mil or Josh Mulvey at joshua.e.mulvey@usace.army.mil for further information.
    US Army/Marine Corps Recruiting Lease Renewal - Harrison, AR
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for approximately 1,000 rentable square feet of retail space in Harrison, Arkansas, to accommodate an Armed Forces Career Center. The lease term is not to exceed five years and must include government termination rights, with the desired location being within a 10-mile radius of Highway 62/65 North. This procurement is crucial for maintaining a presence in the community and facilitating recruitment efforts for the Army and Marine Corps. Interested parties, including building owners and their representatives, must submit their responses, including necessary documentation, to LaTasha Rideout by 12:00 PM CST on October 21, 2024, at latasha.l.rideout@usace.army.mil or by phone at 501-324-5878.
    The Baltimore District, U.S. Army Corps of Engineers is soliciting lease proposals for approximately 39,600 net usable square feet of production space located within 1 mile radius of 1 Overcash Avenue, Chambersburg, Pennsylvania.
    Active
    Dept Of Defense
    The Baltimore District of the U.S. Army Corps of Engineers is soliciting lease proposals for approximately 39,600 net usable square feet of production space within a one-mile radius of 1 Overcash Avenue, Chambersburg, Pennsylvania. The facility must accommodate 12 personnel and meet specific office configurations and security measures in compliance with Anti-Terrorism/Force Protection standards. This procurement is crucial for supporting operational needs while adhering to financial and security protocols, with a lease structured as a Triple Net Lease for a one-year base term and four optional renewals. Proposals are due by 1700 on November 1, 2024, and interested parties should contact Jessica Brannon at jessica.e.brannon@usace.army.mil or 667-434-2068 for further details.
    US GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN EL PASO, TX
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking expressions of interest to lease office space in El Paso, Texas. The Corps requires approximately 2,100 square feet of existing office space that adheres to federal and local regulations and includes parking provisions. The space will be used for official government purposes and should conform to specific building specifications. Interested parties are invited to provide the required information by the deadline. Contact Ashley Lee at the US Army Corps of Engineers for more details. The initial lease period is five years, and parties should respond with the specified information by 15th October 2024 to be considered.
    US Marine Corps Recruiting Lease Renewal - North Little Rock, AR
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, representing the Department of Defense, is seeking proposals for the renewal of a lease for an Armed Forces Career Center in North Little Rock, Arkansas. The government requires approximately 1,700 rentable square feet of retail space for a term not exceeding five years, with the option for government termination rights, and the location must be within a 10-mile radius of Highway 167 and McCain. This procurement is crucial for maintaining a presence in the community and supporting recruitment efforts, with the selected space needing to accommodate non-exclusive on-site parking for up to six government vehicles available 24/7. Interested parties must submit their responses, including necessary documentation, to LaTasha Rideout at latasha.l.rideout@usace.army.mil by 12:00 PM CST on October 21, 2024.
    Marine Corps Career Center-Leesburg-VA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,810 usable square feet of commercial retail space in Leesburg, Virginia, to support the Marine Corps Career Center. The required space must include a secondary egress and adequate parking for two government vehicles, both during the day and overnight, and must adhere to government leasing standards. Proposals are due by 5:00 PM on October 22, 2024, and interested parties should contact Shante Sims at shante.sims-westray@usace.army.mil or Gloria Hawkins at GLORIA.S.HAWKINS@USACE.ARMY.MIL for further details. All contractors must be registered in the System for Award Management (SAM) prior to contract award.
    Air Force Career Center-Woodbridge-VA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,800 usable square feet of commercial retail space in Woodbridge, Virginia, to support the Air Force Career Center. The leased space must include a secondary egress and adequate parking for six government vehicles, both during the day and overnight, and must comply with government leasing requirements. Proposals are due by 5:00 PM on October 22, 2024, and interested parties should contact Shante Sims at shante.sims-westray@usace.army.mil or Gloria Hawkins at GLORIA.S.HAWKINS@USACE.ARMY.MIL for further details. All contractors must be registered in the System for Award Management (SAM) prior to contract award, and additional information regarding registration can be found at www.SAM.gov.