DACA095260083400 Corona CA Lease
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), Los Angeles District, is soliciting proposals for a fully-serviced lease of existing Class A or B retail space in Corona, California. This opportunity is for a Navy Career Center, requiring 2,000 to 2,500 Gross Square Feet (GSF) for a term not to exceed five (5) years. Proposals are due May 29, 2026, by 6:00 PM Pacific Time.
Purpose & Scope
The Government seeks to lease space within a specific delineated area in Corona, CA, bounded by Rincon Street (North), Cajalco Road (South), Temescal Canyon Road (East), and Lincoln Avenue (West). The leased space must accommodate a Navy Career Center and adhere to detailed Government requirements, including 24/7 access for military services and specific parking provisions. The facility must not be located near incompatible businesses such as sexually oriented businesses, bars, or marijuana dispensaries.
Key Requirements
- Space: 2,000 to 2,500 GSF of existing Class A or B retail space.
- Term: Up to five (5) years, with Government termination rights.
- Access: Must offer both primary and secondary points of ingress/egress, with 24/7 access for military personnel.
- Parking: Lighted, non-exclusive or reserved on-site parking for six (6) marked government vehicles (24/7), plus additional lighted parking for approximately six employee vehicles and visitors during business hours.
- Compliance: Must utilize the Government Lease, meet detailed Construction & Security Specifications (Exhibit B), and adhere to Janitorial Specifications (Exhibit D).
- Environmental/Safety: Property must not be in a 100-year floodplain (unless no alternative), have no known hazardous conditions, and comply with accessibility, fire/life safety standards. Asbestos-containing materials require a management plan.
Submission Requirements
Offerors must submit a comprehensive proposal including, but not limited to: an initialed draft lease document, initialed General Clauses 3517B, initialed Janitorial Specifications, a completed and signed Proposal to Lease Space form (USACE Form 1364), an as-built floor plan, a site plan showing parking, and a digital photo of the street view. Bidders must also complete the Construction Specifications Bid Proposal Worksheet.
Contract Details
- Type: Lease Agreement (Solicitation)
- Set-Aside: None specified.
- Response Due: May 29, 2026, 6:00 PM Pacific Time.
- Published: April 21, 2026.
Evaluation Criteria
Award will be made to the responsible Offeror whose proposal represents the best value to the Government. Evaluation will consider both Price and Technical Factors, including Location, Neighborhood, Access, Visibility, Parking, Appearance, Adjacent Businesses, Signage, Floor Plan/Layout, and High-Speed Internet. The Government intends to award a lease without discussions, so initial offers should contain the best terms.
Contact Information
For inquiries, contact Joel Brambila at joel.brambila@usace.army.mil or (626) 704-2246, or Julio Cuadra at julio.r.cuadra@usace.army.mil or (213) 452-3155.