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)

SOL #: DACA675260004900Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST SEATTLE
SEATTLE, WA, 98134-2329, United States

Place of Performance

WA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 9, 2025
2
Submission Deadline
Feb 2, 2026, 4:59 AM

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 United States Army Corps of Engineers (USACE), Seattle District, is soliciting proposals for a fully-serviced lease of approximately 2,536 gross square feet (minimum 1,800 net square feet) of retail space in Vancouver, Washington. This space will serve as an Armed Forces Career Center (Military Recruiting Office). Offers are due by February 1, 2026, 11:59 p.m. PST.

Scope of Work & Space Requirements

USACE seeks a 60-month (five-year) lease with government termination rights. The space must be located within a specific delineated area in Vancouver, WA, and meet stringent criteria:

  • Location: Prime retail area with attractive surroundings, modern design, professional setting. Not near residential areas, railroad tracks, power lines, 100-year floodplains, or establishments selling alcohol/firearms/marijuana, or drug treatment facilities.
  • Accessibility: Employee/visitor entrances connected to public sidewalks, public transportation within 1,000 feet.
  • Parking: Seven (7) 24-hour lighted government parking spaces, plus adequate parking for privately owned vehicles (onsite or within 4 blocks).
  • Configuration: Ground floor retail, conducive to efficient layout (e.g., no atriums, extremely long/narrow runs, or irregular shapes). Columns cannot exceed 2 sq ft, with at least 20 ft between columns/walls.
  • Services: Fully serviced lease including base rent, CAM, utilities, and janitorial services. 24/7 government access.
  • Compliance: Must meet Government requirements for Security, Fire Life Safety, and Handicapped Accessibility.

Lease Terms & Conditions

The lease will be a fully serviced, turnkey agreement where the Lessor covers all operating costs, real estate taxes, and insurance. Key obligations for the Lessor include:

  • Maintenance: Providing utilities, maintaining property and systems (HVAC, fire safety), janitorial services (per detailed Exhibit F), snow removal, and landscaping.
  • Construction: Responsible for all permits, drawings, and obtaining a Certificate of Occupancy. Construction and security specifications (Exhibit D) detail requirements for HVAC, plumbing, electrical, architectural finishes, security systems (Video Intercom, CCTV/NVR, NDAA compliant), and signage.
  • Environmental: Provide environmental due diligence (Phase I ESA), ensure NEPA compliance, and address asbestos-containing materials (ACM) if present.

Submission & Evaluation

  • Offer Due Date: February 1, 2026, 11:59 p.m. PST.
  • Submission Method: Electronically via email to cenwsre-rfp@usace.army.mil (PDF attachment).
  • Required Forms: Offerors must complete and submit Exhibit A (Rental Proposal Worksheet), Exhibit E (Construction Specifications Bid Proposal Worksheet, if new build), Exhibit G (SAM Representations and Certifications, if not SAM registered), Exhibit H (Lessor’s Annual Cost Statement), Exhibit K (Seismic Offer Forms, if applicable), and evidence of ownership.
  • Evaluation Criteria: Award will be based on the most advantageous proposal, considering Price and Technical Factors (Location, Neighborhood, Ease of Access, Parking, Appearance, Compatibility of Businesses, Signage, Floor Plan/Layout, Secondary Egress, High-Speed Internet). Technical factors are approximately equal in importance to Price. Past performance may also be considered.
  • Important: SAM.gov registration is mandatory for lease award. Offerors must review the RLP and all attached documents thoroughly.

Key Documents & Compliance

Bidders must review the Request for Lease Proposals (RLP) and all exhibits, including:

  • Exhibit A: Rental Proposal Worksheet (USACE Recruiting Form 1364)
  • Exhibit B: U.S. Government Lease for Real Property (USACE Recruiting Lease Form L100)
  • Exhibit C: General Clauses (GSA Template 3517B), including SAM registration and Section 889 NDAA telecommunications prohibitions.
  • Exhibit D: Construction and Security Specifications
  • Exhibit E: Construction Specifications Bid Proposal Worksheet
  • Exhibit F: Janitorial Specifications
  • Exhibit G: SAM Representations and Certifications (GSA Form 3518)
  • Exhibit H: Lessor’s Annual Cost Statement (GSA Form 1217)
  • Exhibit I: Certificate of Authorization (Partnership/LLC/Corporations)
  • Delineated Area Map: Visual and textual definition of the required geographical boundaries.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Dec 9, 2025
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) | GovScope