ARMED FORCES CAREER CENTER
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), Recruiting Facilities Program, is soliciting offers for a fully-serviced lease of approximately 831 Gross Square Feet (GSF) / 696 Net Square Feet (NSF) of commercial retail/office space for an Armed Forces Career Center in Waukegan, IL. The lease term is up to 5 years. Offers are due by March 6, 2026, at 5:30 PM EDT.
Purpose & Scope
This solicitation seeks a turnkey lease for an Armed Forces Career Center. The required space must be located within a specific delineated area in Waukegan, IL, bounded by Sunset Ave/Gold Rd (North), E. Townline Rd/Kennedy Rd (South), Sheridan Rd/N McKinley Rd/S Western Ave (East), and Interstate 94 (West). The lease is fully serviced, meaning rent covers all Lessor costs, including operating expenses, real estate taxes, and insurance. Sites adjacent to non-compatible businesses (e.g., adult entertainment, drug rehabilitation centers, gun shops) may be eliminated from competition.
Key Requirements
- Space Size: Approximately 831 GSF / 696 NSF.
- Access & Egress: 24-hour unrestricted access and a secondary exterior exit door.
- Parking: Adequate parking for 3 Government-owned vehicles 24/7, plus employee and customer parking within 4 blocks.
- Services: Daytime janitorial services (three days/week, M/W/F, 8 AM - 4 PM) and adequate signage for maximum visibility.
- Construction & Security: Compliance with detailed construction and security specifications (Exhibit D), including mechanical systems, architectural finishes, security systems (Video Intercom, CCTV/NVR), and military service-specific standards.
- Environmental: No known hazardous conditions; offerors must provide information on previous building use and any known environmental releases. A Phase I Environmental Site Assessment may be required.
Contract Details
- Type: Solicitation for a fully-serviced lease (Product Service Code X1AA).
- Term: Up to 5 years, with the Government retaining termination rights. Firm term leases (without Government termination rights) are generally not considered unless the Lessor provides a significant contribution towards build-out costs.
- Set-Aside: None specified.
- Agency: Department of the Army, USACE, Louisville District.
Submission & Evaluation
- Offers Due: March 6, 2026, by 5:30 PM EDT.
- Submission Method: Via email to casey.m.murphy@usace.army.mil or by US Mail/express delivery.
- Required Documents: A completed Rental Proposal Worksheet (Exhibit C), proof of active SAM.gov registration (CAGE code), and the existing floor plan. Bidders must also complete the Construction Specifications Bid Proposal Worksheet (Exhibit E).
- Evaluation Factors: Location, ability to meet construction specifications, security measures, lease requirements, timely submission of complete offers, competitive costs, and qualitative ratings by the client for mission. Award will be made to the responsible offeror whose proposal represents the best value, considering technical factors and price as approximately equal in importance.
- Important: Lessors must be registered and active in www.sam.gov prior to the deadline for final offer submission. Thoroughly review all attached documents, especially the non-negotiable general conditions (Exhibit B) and construction specifications (Exhibit D).
Contact
Casey Murphy, casey.m.murphy@usace.army.mil.