Recruiting Station - Marines Permanent Contact Station - St. Croix, USVI
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 Jacksonville District, U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for a Marines Permanent Contact Station in St. Croix, USVI. This opportunity seeks 597 to 785 gross rentable square feet of retail storefront space for a five-year term with government termination rights. A full-service lease (including utilities and janitorial) is preferred, and the Government Lease template must be used. Proposals are due by April 10, 2026.
Scope of Work
The required space must be within a delineated area in the Commercial Hub of St. Croix, specifically between Sunny Isles Shopping Center (Northern), John F. Luis Hospital (Southern), Mid-Island (Eastern), and Airport (Western). The facility needs adequate/assigned parking for one government vehicle (day and overnight) and privately owned vehicles.
Specific space requirements include:
- One (1) private office (125 SF)
- Open space for one workstation
- One (1) testing/conference room (50 SF)
- One (1) storage room (60 SF)
- One (1) network/CCTV closet (25 SF)
- One (1) ADA-compliant unisex restroom (100 SF)
- One (1) janitorial closet (20 SF)
- Secondary egress from offices, 24-hour access, and high-speed data connection.
The lease requires the Lessor to provide and maintain the premises, building systems, utilities, and janitorial services. Detailed construction specifications cover architectural, mechanical, electrical, plumbing, safety, finishes, and security systems (including Video Intercom EC and CCTV/NVR). Janitorial services are generally required twice weekly, using environmentally friendly products.
Contract & Timeline
- Opportunity Type: Solicitation
- Product/Service Code: X1AA (Lease/Rental Of Office Buildings)
- Term: Five (5) years with Government termination rights.
- Set-Aside: None specified.
- Proposal Due: April 10, 2026, 11:59 PM (AST)
- Published: June 5, 2025
- Award: Expected approximately 30 days after proposal cut-off.
Evaluation Factors
Proposals will be evaluated based on Cost (40%) and Operational Factors (60%).
- Cost: Best rental consideration for a fully-serviced lease, including rent, janitorial, utilities, parking, and Lessor build-out contribution.
- Operational Factors: Location within delineated area (10%), neighborhood (15%), ease of access to building (10%), location within building (15%), 24-hour access (Pass/Fail), visitor parking (15%), Gov/POV parking proximity (Pass/Fail), overall building appearance (10%), compatibility of adjacent businesses (5%), potential for signs (10%), and floor plan/layout (10%). Past performance may also be considered.
Submission Requirements & Important Notes
Bidders must obtain a contractor's bid for the required build-out and complete the "Proposal to Lease Space Worksheet." All required documents listed in section 5.c of the worksheet must be submitted via email to William Felder (william.c.felder@usace.army.mil). SAM.gov registration is mandatory prior to lease award (FAR Clause 52.204-7). The registration process, including the notarized letter for Entity Administrator, can take several weeks, so early registration is strongly encouraged.