U.S. Government Space Required in Fresno, CA
ID: DACA055250032900Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (53112)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of retail office space in Fresno, California, for the California Army National Guard Armed Forces Career Center. The requirements include a minimum of 1,000 rentable square feet and a maximum of 1,300 square feet, with a lease term not exceeding five years and specific provisions for designated parking for government vehicles. This opportunity is crucial for supporting the recruitment efforts of the National Guard, ensuring compliance with safety, environmental, and operational standards. Interested parties must submit their proposals electronically by 6:00 PM Pacific Time on July 14, 2025, to Madison Devine at madison.devine@usace.army.mil, and include necessary documentation such as proof of ownership and compliance with government regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army Corps of Engineers (USACE) is entering into a lease agreement (Lease No. DACA055250032900) with a lessor for government use of a designated property. The lease involves approximately [insert exact square footage] and is intended for government purposes, specifically recruiting efforts. The term will span five years, contingent on the availability of federal funds and subject to termination rights with 90 days' notice. The lessor is required to maintain the premises, ensure compliance with all applicable local laws, and provide necessary utilities and maintenance services. The government demands specific conditions, including 24/7 access, adherence to safety and construction standards, and provisions for alterations to adapt the space to its needs. The lease mandates joint inspections and a clear understanding of responsibilities for repairs and emergencies. The document’s structured sections cover rental payments, maintenance obligations, and emergency procedures, ensuring that both the lessor's and the government's roles are clearly defined. This lease exemplifies how government contracts prioritize compliance, safety, and efficient use of resources in federally funded projects.
    The document outlines the seismic compliance requirements for federally leased buildings as part of the RLP (Request for Lease Proposal). It includes several forms that must be completed by either the Offeror or their engineer to ensure building safety and adherence to the Seismic Leasing Requirements, specifically the RP 8 standards for earthquake resistance. Forms A through D are pre-award submissions, where Offerors confirm seismic compliance or represent potential exemptions. Form A certifies a benchmark building's compliance, while Form B evaluates existing buildings for safety. Form C is for Offerors embarking on building retrofits or new constructions, detailing commitments to meet safety codes. Form D allows for exemption claims under specific conditions. Post-award forms E and F require certification of retrofitted or newly constructed buildings to comply with safety standards before government acceptance. Each form includes necessary structural evaluations and documentation requirements, ensuring compliance with local and national safety guidelines. The document is structured to facilitate a systematic approach toward assessing and ensuring the seismic safety of government-leased properties, aligning with federal oversight on building standards and safety regulations.
    The "Quick Start Guide for Getting a Unique Entity ID" serves as a resource for organizations seeking to obtain a Unique Entity ID through SAM.gov, the official U.S. government platform for managing entity registrations and awards. The document outlines that a Unique Entity ID can be obtained without a full registration if the organization only requires it for specific transactions, such as sub-awarding. The guide provides a step-by-step process for acquiring a Unique Entity ID, starting from signing into SAM.gov with an account created via Login.gov, proceeding to the “Entity Management” section, and finally entering the necessary entity information. Validation is performed to match the entity information provided, and users have the option to restrict public access to their records. Upon certification of authority, the Unique Entity ID will be issued and displayed for use. The document emphasizes that registration in SAM.gov is not necessary if only a Unique Entity ID is required, streamlining the process for entities involved in federal grants or local/state RFPs. Overall, this guide facilitates easier access to government opportunities by clarifying the registration protocol for receiving critical identification needed for governmental transactions.
    The document outlines the general clauses for the acquisition of leasehold interests in real property at or below the Simplified Lease Acquisition Threshold (SLAT) in the federal government context. It details specific clauses under the General Services Administration (GSA), emphasizing the responsibilities and rights of both lessors and the government. Key points include maintenance obligations for the lessor, rights for property inspections by the government, and protocols for responding to fire or casualty-related damages. The document also stipulates compliance with various laws, safety safeguard measures for contractor information systems, and conditions under which the government can terminate the lease due to lessor defaults. Furthermore, it incorporates clauses surrounding payment adjustments based on lease space delivered, compliance with applicable laws, and significant prohibitions under the Federal Acquisition Supply Chain Security Act. This comprehensive framework aims to ensure transparency, accountability, and adherence to legal norms in leasing agreements within federal contracting. Overall, this document serves as a critical reference for federal lease negotiations and compliance requirements, reflecting standards necessary for maintaining government property and procuring services.
    The document outlines the solicitation provisions for the acquisition of leasehold interests in real property by the federal government. It details the procedural instructions for offerors, including the definition of key terms such as "discussions," "proposal modification," and "proposal revision." The document emphasizes the requirements for submitting proposals, acknowledging solicitation amendments, and ensuring compliance with deadlines. It outlines the process for late proposals, allowing exceptions under specific circumstances, and specifies the need for clarity when deviations from the requirements are proposed. Additionally, it states restrictions on disclosing certain proposal data and explains the lease award process, highlighting that the government seeks the best value proposal and may choose to forego discussion rounds. The importance of registration in the System for Award Management (SAM) prior to award is underscored, noting the significance of a unique entity identifier. Lastly, it introduces the Federal Acquisition Supply Chain Security Act and its implications for compliance in contract performance. This document serves as a framework for ensuring transparency and fairness in government leasing contracts, facilitating informed participation in federal procurement processes.
    The USACE Recruiting Form 1364 pertains to the proposal process for leasing space for government use. The document outlines multiple sections, including details of the premises, costs associated with leasing, and terms and conditions of the lease. Key components include a description of the property, dimensions of the space, and a breakdown of annual costs like base rent, maintenance, utilities, and additional charges. Specific considerations regarding safety and compliance are highlighted, including flood plain status, seismic safety, asbestos presence, and fire/life safety standards. It also emphasizes the importance of common area maintenance and the conditions under which the property will be maintained. The document mandates the submission of relevant attachments to support the proposal, such as construction specifications and floor plans. In essence, this file serves as a standardized form for entities submitting bids to lease property for government use, ensuring all requirements and costs are clearly articulated and assessed against federal guidelines.
    This document outlines the construction and security requirements for a leasing project for a California Army National Guard Recruiting Storefront. It specifies essential features such as ballistic panels, an accessible restroom, ADA compliance, a secondary egress route, and a storage room for promotional materials. Additional requirements include 24-hour access, secure storage for a safe, and visible signage for foot traffic or vehicles. The preferences listed include the installation of blast mitigation film from an approved vendor, as well as provisions for a microwave and refrigerator, along with assigned parking spaces. Overall, the document serves as a technical guide for potential lessors, ensuring their facilities meet the operational and security needs of the National Guard.
    The document outlines the building shell requirements for a lease agreement under Lease No. DACA055250032900, detailing the obligations of the Lessor in providing a fully compliant and functional space for government use. Key provisions include ensuring the base structure, common areas, restrooms, and various essential systems (HVAC, electrical, plumbing) are completed and operational. Accessibility for disabled individuals must meet stricter standards when conflicts arise. The document specifies requirements for ceilings, doors, partitions, and flooring, emphasizing the need for energy-efficient lighting and safety systems compliant with all regulatory standards. Additional considerations include the demolition of any existing structures to accommodate the government's layout and readiness for telecommunications. The purpose of this document is to ensure that the leased space meets specific governmental needs, compliance, and safety standards while enhancing operational efficiency within a government framework.
    The Recruiting Facilities Program outlines the Construction Specifications Bid Proposal Worksheet for potential contractors bidding on projects. It includes a comprehensive list of categories such as HVAC, plumbing, electrical work, communications, safety equipment, architectural finishes, and security systems, each with specific items requiring detailed attention. Contractors must adhere to the specifications provided by the USACE Representative and ensure the worksheet is completed fully to prevent rejection of the bid. The proposal emphasizes the importance of including all necessary requirements, permitting fees, and other essential details in the bid. The listed quantities and costs appear nominal but demonstrate a structured breakdown of expected work components. Overall, this document is a crucial tool for compliance in government projects to ensure standards are met in building and facility construction, revealing the government's commitment to maintaining quality and safety in infrastructure development.
    The document outlines specifications and requirements for janitorial services to be provided at U.S. Army Corps of Engineers leased spaces. Services are to be conducted twice weekly between 8:00 a.m. and 4:00 p.m., with strict protocols regarding access and coordination with Military Service Representatives (MSRs). The contractor must maintain quality control through a systematic checklist and respond to inspections and performance evaluations as mandated. Key cleaning tasks include trash removal, vacuuming, hard surface cleaning, and restroom sanitation, emphasizing the use of environmentally friendly products and proper disinfection methods. Periodic services such as carpet cleaning and HVAC maintenance are mandated at specified intervals, ensuring compliance with industry standards. Failure to meet performance criteria may result in payment deductions or contract termination. Contractors must ensure staff are trained in proper cleaning techniques and hold valid identification due to security protocols. This document serves to ensure a consistent, high-quality standard of cleanliness that aligns with federal government regulations, thereby facilitating a healthy environment in its facilities.
    The document outlines the necessary certifications required for property owners and their agents when entering into a lease agreement with the government, specifically for a property in San Jose, CA. It includes an Agency Agreement authorizing a designated property manager to act on behalf of the owner, confirming their authority to sign leases, manage obligations, and handle maintenance matters. Additionally, it contains a Corporate/LLC Certificate, which certifies that the individual signing the lease on behalf of a corporation or LLC has the proper authorization from the governing body. It similarly outlines a Partnership Certificate for partnerships, confirming that the signing partner has the authority to bind the partnership. The overall purpose is to ensure that lease agreements are executed by authorized personnel, thereby protecting the legal interests of both the property owner and the government. This document is relevant within the context of federal RFPs and grants as it establishes compliance with legal requirements for leasing property to governmental entities.
    The U.S. Army Corps of Engineers, Sacramento District, has issued a Request for Lease Proposal (RLP) under Solicitation # DACA055250032900. Offerors are required to review and sign each page of the RLP package, indicating their understanding and agreement to the terms. To submit a complete proposal by the due date of July 14, 2025, by 6 PM PST, interested parties must include several critical documents, including a Grant Deed, proof of ownership, SAM.gov registration proof, a floor plan of the proposed space, and a site plan indicating designated parking. Extensions for proposals may be requested in writing. The point of contact for any inquiries is Madison Devine, a Realty Specialist at USACE. This document outlines the procedural and documentation requirements for contractors seeking to engage in leasing space from the Army Corps of Engineers, reflecting standard practices in federal solicitation processes.
    The Request for Lease Proposals (RLP) No. 25-0329 from the U.S. Army Corps of Engineers (USACE) seeks offers for a fully serviced lease in Fresno, CA, for approximately 1,300 gross square feet of space over a maximum of five years, with specific conditions regarding access, communications, and parking. The document outlines the requirements for proposals, detailing a comprehensive evaluation method that emphasizes the importance of price, efficient layout, accessibility, fire protection, environmental considerations, and seismic safety. Offerors must comply with various government regulations, including the National Environmental Policy Act and the National Historic Preservation Act, ensuring that the proposed spaces meet specific safety, environmental, and historic preservation standards. Proposals are due by July 14, 2025, and submissions must follow the designated format while documenting ownership or control over the property. The evaluation will weigh price against technical factors, with the aim of awarding the lease to the best overall offer. The document underscores the importance of adherence to government standards in public procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    U.S. Government Space Required in Visalia, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a full-service lease for retail office space in Visalia, California, to accommodate a U.S. Armed Forces Career Center. The requirements include a minimum of 5,833 rentable square feet of space, with a lease term not exceeding five years and the provision of designated on-site parking for up to twenty-two government vehicles. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia L. Jessiman at gia.l.jessiman@usace.army.mil, including necessary documentation to establish exclusivity in representing the building owner.
    Retail Space to Lease - Fountain Valley, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to lease retail space in Fountain Valley, California, for an Armed Forces Career Center. The procurement requires a minimum of 4,759 net/usable to a maximum of 5,207 gross/rentable square feet of existing Class A or B retail space, with specific requirements for ingress/egress, parking, and compliance with government lease terms. This facility will play a crucial role in supporting military recruitment efforts, necessitating a location free from incompatible businesses and with adequate public transit access. Interested lessors must submit proposals by 5:00 PM PST on January 9, 2026, and can contact Almer Capalac at almer.capalac@usace.army.mil or 213-431-5290 for further details.
    U.S. Government Space Required in TURLOCK, CA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Sacramento District, is seeking a full-service lease for retail office space in Turlock, California, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 4,200 rentable square feet of space for a lease term not exceeding five years, with the option for government termination rights, and designated on-site parking for up to ten government vehicles available 24/7. This procurement is crucial for maintaining operational efficiency and accessibility for military recruitment efforts in the area. Interested parties must submit their responses electronically by 3:00 PM PDT on December 26, 2025, to Gia Jessiman at gia.l.jessiman@usace.army.mil or by phone at 916-537-6607.
    Armed Forces Career Center - Centerville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 5,380 to 6,675 gross rentable square feet of commercial retail space in Centerville, Georgia, specifically for Armed Forces Recruiting purposes. The government seeks a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with options for termination rights and the provision of non-exclusive parking for 19 government vehicles. This opportunity is critical for establishing a recruiting presence in the specified area, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, potential respondents can contact James Rivard at james.p.rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil, with all submissions required to comply with federal regulations and SAM registration processes.
    DACA675260004900 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,536 gross square feet of retail space in Vancouver, WA for an Armed Forces Career Center (Military Recruiting Office)
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals to lease approximately 2,536 gross square feet of retail space in Vancouver, Washington, 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 regarding location, accessibility, and building standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various operational and safety standards. Interested parties must submit their proposals electronically by February 1, 2026, and can direct inquiries to Tyrrell Tucker at tyrrell.c.tucker@usace.army.mil or Ryan Maas at Ryan.j.maas@usace.army.mil.
    U.S. Government Seeks Retail and Related Space for Armed Forces Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking to lease approximately 7,200 gross/rentable square feet of existing Class A or B retail space for an Armed Forces Recruiting Office in the Missouri City, Texas area. The space must comply with federal, state, and local ordinances, meet force protection standards as per the Department of Defense’s Unified Facility Criteria, and include designated or open parking. This procurement is crucial for establishing a functional recruiting office that supports military recruitment efforts. Interested parties should submit expressions of interest, including building details and rental rates, to Jeff Veselka at jeffery.d.veselka@usace.army.mil by December 31, 2025. This notice serves as a request for information only and is not a solicitation for offers.
    Armed Forces Career Center - Hinesville, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,600 to 5,600 gross rentable square feet of commercial retail space in Hinesville, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease for a term of five years, with options for termination rights and the inclusion of utilities, maintenance, and janitorial services, while ensuring the space meets specific operational requirements. This procurement is critical for establishing a functional recruiting facility, and interested parties must submit a signed Proposal to Lease Space Document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact James Rivard at James.P.Rivard@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    Armed Forces Career Center - Hiram, Georgia
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,200 to 1,400 gross rentable square feet of commercial retail space in Hiram, Georgia, specifically for Armed Forces Recruiting purposes. The Government seeks immediate occupancy due to an unplanned relocation, preferring a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years, with termination rights and non-exclusive parking for four government vehicles available 24/7. This opportunity is critical for supporting military recruitment efforts, and interested parties must submit a signed Proposal to Lease Space document, proposed floor plans, initial alterations quotes, and exclusivity agreements if applicable. For further inquiries, contact Caleb Hill at caleb.c.hill@usace.army.mil or Johnita Jackson at johnita.jackson2@usace.army.mil.
    Recruiting - Marine Corps Career Center - Seminole, FL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as a Marine Corps Career Center in Seminole, Florida. The required space must range from 1,140 to 1,215 gross rentable square feet and include specific features such as adequate parking for government vehicles, a private office, workstations, a testing/conference room, and an ADA-compliant restroom. This facility is critical for supporting military recruitment efforts and must adhere to various federal construction and operational standards. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, by email to the designated contacts by 11:59 PM on December 23, 2025. For further inquiries, contact Angela Coimbre at angela.e.coimbre@usace.army.mil or Melissa Gonzalez at melissa.c.gonzalez@usace.army.mil.
    Recruiting Office - Armed Forces Career Center - New Port Richey
    Dept Of Defense
    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 New Port Richey, Florida. The required space must range from 5,161 to 6,240 gross rentable square feet and include adequate parking for approximately fifteen government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This procurement is critical for establishing a functional recruiting facility that meets specific operational needs, including compliance with federal construction and security specifications. Interested parties must submit their proposals, including a completed Proposal to Lease Space form, by email to the designated contacts by 11:59 PM on December 23, 2025, and ensure registration in the System for Award Management (SAM) prior to contract award.