OFFER TO LEASE APPROXIMATELY 1700 GROSS RENTABLE SQUARE FEET OF EXISTING SPACE IN UVALDE, TEXAS
ID: UVALDE_NEW_OFFICEType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (X1AZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking offers to lease approximately 1,350 gross rentable square feet of existing space in Uvalde, Texas, for a U.S. Marine Corps Recruiting Office. The lease is intended for a five-year term, with a minimum space requirement of 1,348 gross square feet and a maximum of 1,680 gross square feet, and includes a 30-day termination right for the Government after the first year. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency in a strategically chosen location. Interested parties must submit their initial offers by February 21, 2025, with best and final offers due by March 7, 2025. For further inquiries, contact Ashley Lee at ashley.a.kelley@usace.army.mil or call 817-886-1091.

    Files
    Title
    Posted
    This document outlines a leasing agreement between the U.S. Government, represented by the U.S. Army Corps of Engineers (USACE), and a designated Lessor, concerning a property to be used for government operations. The lease is for a term of five years, with specific provisions regarding rent, maintenance responsibilities, and alterations required to meet governmental standards. The Government will not be liable for any rental expenses until the premises are delivered and accepted. Key elements of the lease include the government's right to terminate at any time with 90 days' notice and the requirement for the Lessor to maintain the premises and associated areas in good condition. The Lessor must comply with federal, state, and local laws, ensure appropriate insurance coverage, and guarantee that the facilities meet safety and accessibility standards. Detailed sections cover maintenance duties, alterations initiated by the Government, and emergency repair protocols. This lease demonstrates the Government's commitment to securing suitable facilities for operational purposes, ensuring compliance with regulatory standards, and managing costs effectively while maintaining flexibility in response to changing needs or conditions.
    The document is an authorization form for direct deposit of payments from the U.S. Army Corps of Engineers (USACE). It allows individuals or companies to either initiate or modify their participation in the Direct Deposit Program, including adding or changing financial institutions, account numbers, and contact information. The form requires accurate matching of personal details with the lease’s information and must be signed and dated before submission. Key details include providing the type of depositor account (checking or savings), the depositor account number, routing number, financial institution name, address, and the Tax ID Number for businesses. The document emphasizes that the authorization remains effective until a written request for termination is made. This initiative highlights the USACE's efforts to streamline payment processes and ensure timely financial transactions for its stakeholders.
    The Preliminary Assessment Screening (PAS) document serves to evaluate a proposed real property transaction involving the U.S. Armed Forces Recruiting Offices. It outlines essential details such as the project's name, type of property, and duration of the transaction. The PAS assesses whether the transaction meets categorical exclusion screening criteria and identifies the parties involved and previous uses of the property. The document also classifies the property based on contamination risk, categorizing it into three types: uncontaminated (Type I), possibly contaminated (Type II), or known to be contaminated (Type III). For Type II properties, further survey phases are required to determine contamination presence, while Type III necessitates additional studies. The document affirms that there is no evidence of hazardous substances on the property, reinforcing its suitability for Armed Forces recruiting purposes. It highlights responsible parties for remediation if contamination is found and consolidates crucial information for regulatory compliance and environmental safety. Overall, the PAS underscores the due diligence process essential in government property transactions, ensuring adherence to environmental regulations.
    The document outlines comparable lease agreements, presumably for evaluation in governmental RFPs related to property leasing. It presents three separate lease comparables, each detailing essential elements such as lease terms, tenant information, rental amounts, address, termination rights, services, and additional fees like triple net charges. Each comparable includes details such as square footage, utilities responsibilities (electric, gas, water, sewer, trash), building specifications (age, stories, types of construction), number of restrooms, zoning information, and maintenance responsibilities for HVAC and interior. The document prompts the user to specify if the lease is new or a renewal and to describe any finish-out allowances provided by the lessor. Overall, this structured approach is aimed at assessing rental conditions and expectations relevant to government contract solicitations while ensuring compliance with federal, state, and local guidelines.
    The Rental Proposal Worksheet details the financial and operational specifics for leasing commercial space owned by the federal government. The file outlines proposals for both office and retail buildings, specifying base rent, operating costs, total costs, and lease terms. For the office building, the base rent is set at $14.95 per square foot with a total annual rent of $10,734.12, including no additional operating costs. The proposal indicates a need for three parking spaces for government employees and offers energy efficiency improvements that will be implemented within the first year. For the retail space, all financials show zero costs, highlighting an absence of operational expenses or rental price due to unspecified conditions. The document also notes lease terms such as the duration and termination notice. Overall, this worksheet serves as a structured format for evaluating leasing opportunities, ensuring clarity on financial commitments and tenant responsibilities.
    The document outlines the General Clauses for the acquisition of leasehold interests in real property as part of government contracts. It details various contractual obligations of both the Government and the Lessor, including provisions on subletting, assignment, maintenance obligations, and payment terms. Key clauses cover subordination and attornment specifics, the requirement for compliance with applicable laws, and mechanisms for dealing with default situations by the Lessor. Additionally, it stipulates the necessity for regular inspections, the handling of fire and casualty damage, and conditions under which payments are processed, such as prompt payment guidelines and electronic transfer mandates. The document's purpose is to ensure a mutual understanding of obligations and protections, thereby facilitating smooth contractual relationships within federal acquisitions, in alignment with RFP protocols and legal standards. Overall, it serves as a comprehensive framework for government leasing agreements, underscoring the importance of compliance, accountability, and transparency.
    The document outlines specifications for various spatial areas related to a government project located at 6500 N. Mineral Dr., Coeur d'Alene, Idaho. It presents detailed measurements of different space allocations, including a living area, restrooms, marine storage, and a marine office. The dimensions provided include square footage and linear measurements, illustrating the layout and intended use of each space within a larger architectural plan. The information is vital for contractors and architects involved in the project's bidding processes, aligning with federal and local RFP requirements. Overall, the file emphasizes the need for precise planning and organization in the context of building projects funded through government grants, ensuring compliance with architectural standards and regulations.
    The document outlines the construction and security specifications for military recruiting facilities, detailing compliance standards and requirements for contractors involved with the build-out. It emphasizes adherence to General Standards (GS) that mandate specific architectural and engineering deliverables, including plans, permits, and certifications for materials used, particularly regarding security technologies with restrictions on products from certain companies related to national security concerns. Key sections focus on mechanical, plumbing, electrical systems, and communication setups, including HVAC requirements, energy efficiency measures, and specific installation protocols for security features. The document reinforces federal, state, and local code compliance, mandates the use of environmentally friendly materials, and stipulates detailed safety and fire protection measures, including the installation of fire extinguishers and smoke detectors. Overall, this file serves as a comprehensive guide for contractors and lessors engaged in government RFPs related to military facilities, ensuring that all work aligns with regulatory obligations and safety standards while promoting operational effectiveness for military recruitment efforts.
    The document outlines the specifications and requirements for providing janitorial services in facilities leased by the U.S. Army Corps of Engineers. Services are to be performed twice weekly, ensuring cleanliness and maintenance in various areas like offices, restrooms, and common spaces, while primarily operating during standard business hours. Each cleaning session must be documented using a Janitorial Service Checklist, requiring signatures from both the contractor and Military Service Representatives (MSRs) to ensure accountability. The contractor must supply all necessary tools, equipment, and environmentally friendly cleaning products. They are also responsible for performing periodic cleaning activities like carpet cleaning, window washing, and changing HVAC filters at specified intervals. Quality control protocols mandate a thorough inspection process, corrective actions for deficiencies, and performance evaluations to ensure adherence to standards. Key responsibilities of contractors include maintaining a presence during cleaning, ensuring minimal disruption to government operations, and compliance with security and background check protocols for personnel. The document emphasizes the importance of meeting performance standards and outlines penalties for non-compliance, indicating a structured approach to maintaining cleanliness and safety in government facilities.
    The Recruiting Facilities Program outlines the specifications for a construction bid proposal worksheet to support various facility needs. The document categorizes required work into several mechanical, plumbing, electrical, communications, safety, and architectural tasks. Each section includes specific items such as HVAC systems, restrooms, interior and exterior lighting, communication wiring, safety equipment, and architectural finishes. The bid proposal must be thoroughly completed to comply with regulations from the U.S. Army Corps of Engineers (USACE), emphasizing the importance of adhering to specified construction requirements. The summary also notes that failure to meet these requirements could result in proposal rejection. Overall, this document serves as a guideline for contractors to prepare compliant bids for construction related to government facilities, ensuring quality standards and federal compliance throughout the process.
    The document outlines the steps for registering an entity with the System for Award Management (SAM), crucial for businesses and organizations seeking to bid on federal contracts or grants. It provides a detailed, step-by-step guide beginning with creating an account on the SAM website. Key steps include selecting entity type, entering core data such as DUNS and TIN, completing assertions, representations, certifications, and establishing points of contact. The document mentions the necessity of having a DUNS number, which can be obtained for free, and emphasizes that registering in SAM is free of charge. It notes that entities must wait 3-5 days for registration to activate after IRS validation of TIN. The overall purpose is to ensure that entities are informed and prepared to participate in government contracting processes, following the guidelines for successful registration and compliance. The guidance aims to streamline participation in federal grants and RFPs, promoting transparency and accessibility in government procurement.
    The document outlines the codes necessary for businesses involved in real estate to register with D&B and SAM, vital for engaging with federal RFPs, grants, and contracts. It lists relevant North American Industry Classification System (NAICS) codes, including classifications for lessors of residential and nonresidential buildings, property management, appraisers, and other real estate-related activities. Additionally, it provides an extensive array of Product Service Codes (PSC) pertinent to various real estate leasing services, such as office buildings, educational facilities, medical buildings, and industrial spaces. Included are links to official resources for further research on DUNS and SAM registration, as well as additional NAICS and PSC information. Overall, the document serves as a practical guide for real estate businesses seeking federal opportunities, emphasizing the importance of compliance with these codes in securing government contracts and facilitating comprehensive due diligence in business regulations. Companies must perform their research to ensure the correct codes are utilized in their applications.
    The U.S. Army Corps of Engineers issued a Request for Proposal (RFP) for leasing office space in Uvalde, Texas, specifically for a U.S. Marine Corps Recruiting Office. The lease is sought for five years, requiring a minimum of 1,708 net usable to a maximum of 2,135 gross square feet. Initial offers are due by February 21, 2025, with the best and final offer by March 7, 2025. Properties must be located away from adult-oriented businesses, with 24/7 access and parking for government vehicles. Requirements include a detailed rental proposal, maintenance provisions, and adherence to energy efficiency standards, including achieving an Energy Star label. Offerors must provide supporting documents, such as proof of ownership and construction cost estimates, ensuring compliance with market valuation and environmental assessments. The selection will prioritize low total cost, quality lease terms, space size, building desirability, and layout efficiency. The agency aims to ensure a suitable and effective recruiting office location, reinforcing the importance of strategic placement within compatible environments while maintaining operational efficiency and safety for military personnel.
    Similar Opportunities
    OFFER TO LEASE APPROXIMATELY 1350 RENTABLE SQUARE FEET OF EXISITING SPACE IN LUBBOCK, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 1,348 to 1,680 gross square feet of space in Lubbock, Texas, intended for a U.S. Marine Corps Recruiting Office. The lease is set for a duration of five years, with a 30-day termination option for the government after the first year, and the desired occupancy date is September 1, 2025. This procurement is crucial for establishing a functional facility to support military recruitment efforts, ensuring compliance with energy efficiency standards and adequate space for government vehicles. Interested parties must submit their proposals by March 7, 2025, to Ashley Lee at ashley.a.kelley@usace.army.mil, with preliminary submissions due by February 21, 2025.
    U.S. Government Seeks Retail and Related Space for Armed Forces Recruiting Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the lease of retail and related space for an Armed Forces Recruiting Office in Manor, Texas. The procurement aims to secure between 772 and 1,200 square feet of compliant and maintainable space for a five-year term, with a potential occupancy date of September 30, 2025. This facility is crucial for supporting military recruitment efforts and must adhere to specific safety and location criteria, including the exclusion of areas with businesses of a sexual nature. Proposals are due by February 28, 2025, with final offers required by March 7, 2025. Interested parties should contact Bryan Yarbrough at bryan.k.yarbrough@usace.army.mil or call 817-886-1214 for further details.
    OFFER TO LEASE APPROXIMATELY 1500 RENTABLE SQUARE FEET OF EXISITING SPACE IN AMARILLO, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking offers to lease approximately 1,492 to 1,860 rentable square feet of existing office space in Amarillo, Texas, for a five-year term. The leased space will serve as an Army Recruiting Office, with a desired occupancy date of September 1, 2025, and includes provisions for maintenance, janitorial services, and compliance with energy efficiency standards. Interested lessors must submit their proposals, including a flat rental rate and verification of flood plain status, by the specified deadline, with Ashley Lee as the primary contact for inquiries at ashley.a.kelley@usace.army.mil or by phone at 817-886-1091.
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE, KERRVILLE, TX
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 2,550 gross square feet of existing Class A or B retail space in Kerrville, Texas, with a focus on compliance with federal, state, and local ordinances. The leased space must meet specific building specifications, including force protection standards as per the Department of Defense's Unified Facility Criteria, and should be ready for occupancy by March 31, 2025. This opportunity is crucial for establishing a retail presence that meets the operational needs of the Army Corps of Engineers. Interested parties are encouraged to submit expressions of interest, including property details and contact information, to William Johnston at william.b.johnston@usace.army.mil by the deadline of March 31, 2025.
    Request for lease Office Space in Freeport/Lake Jackson Area
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Galveston, is seeking proposals for the lease of office space in the Freeport/Lake Jackson area of Texas. The government requires between 2,200 to 2,500 rentable square feet of modern office space, which must include a minimum of 7 secured parking spaces and 10 additional parking spaces for government employees and guests. This procurement is crucial for ensuring that the Army has a suitable and accessible workspace that meets federal standards, including compliance with the Architectural Barriers Act Accessibility Standard. Interested parties must submit their proposals by March 4, 2025, and can contact Micaela Kinsey at Micaela.E.Kinsey@usace.army.mil or by phone at 409-766-3115 for further details.
    Retail Space to Lease - Ventura, Ca
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 5,724 Gross Square Feet of retail space in Ventura, California, with a minimum of 5,154 Net Square Feet. The lease is intended for a military recruiting facility and requires compliance with various safety, accessibility, and environmental standards, including a focus on energy efficiency and sustainable practices. This opportunity is critical for establishing secure and efficient military recruiting offices, ensuring that the facility meets the operational needs of the armed forces. Proposals are due by March 14, 2025, at 4 PM PDT, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.
    U.S. Army Recruiting Center - Murrieta
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for a fully serviced office space in Murrieta, California, under RLP No. DACA095250078200. The procurement requires a lease term of up to five years, with specifications for 1,401 gross square feet and at least 2,320 net square feet, along with essential features such as 24-hour access, connectivity infrastructure, and adequate parking for government vehicles. This opportunity is crucial for the Army's operational needs, emphasizing compliance with safety, environmental regulations, and sustainability practices. Proposals are due by March 13, 2025, and interested parties can contact Michael Husted at michael.a.husted@usace.army.mil or Dustin Ku at Dustin.C.Ku@usace.army.mil for further information.
    Retail Space to Lease – El Centro, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the leasing of retail space in El Centro, California, under Solicitation No. DACA095240075400. The government requires approximately 2,556 to 3,363 square feet of fully-serviced space that meets specific operational needs, including 24-hour access, adequate parking, and compliance with safety and accessibility standards. This opportunity is crucial for supporting military recruitment and operational functions, ensuring that the facilities are equipped to serve personnel effectively. Proposals are due by March 14, 2025, and interested parties should contact Lihua Chen at lihua.chen@usace.army.mil or call 626-701-4901 for further details.
    Army Recruiting Center, Gloucester, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a fully serviced lease for an Army Recruiting Center in Gloucester, Virginia. The procurement requires approximately 1,400 gross square feet of space that meets specific accessibility and communications infrastructure needs, with a lease term of up to five years and provisions for 24-hour access and adequate parking. This opportunity is crucial for establishing a functional and compliant space for government operations, emphasizing sustainability and safety standards. Interested parties must submit their proposals by March 12, 2025, and can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 for further details.
    DACA675260000200-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,016-9,233 gross square feet of retail space in Tukwila, WA for an Armed Forces Recruiting Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 7,016 to 9,233 gross square feet of retail space in Tukwila, WA, for an Armed Forces Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential features such as 24-hour access, adequate parking for 25 government vehicles, and necessary communications infrastructure. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency for recruiting personnel. Interested lessors must submit their proposals by January 31, 2025, and can direct inquiries to Jessica Butko at jessica.L.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.