Retail Space for Lease in Santa Monica
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, Los Angeles District, is seeking proposals for a full-service lease of Class A or B retail space in Santa Monica, California. This opportunity is for an Armed Forces Career Center and requires space between 1,208 net/usable and 1,492 gross/rentable square feet within a specific delineated area. Proposals are due by February 27, 2026, at 5:00 PM Pacific Time.
Scope of Work
The government requires existing Class A or B retail space for an Armed Forces Career Center. The space must be located within the delineated area bounded by Wilshire Blvd (North), Colorado Ave. (South), 26th Street (East), and 18th Street (West) in Santa Monica, CA. Key requirements include:
- Space Size: 1,208 net/usable to 1,492 gross/rentable square feet.
- Lease Term: Not to exceed five (5) years, with Government termination rights.
- Access: 24-hour unrestricted access, primary and secondary ingress/egress points.
- Parking: Lighted, non-exclusive or reserved on-site parking for three (3) government vehicles (24/7) and additional lighted parking for approximately six (6) employee vehicles and visitors during business hours, weekends, and holidays.
- Mass Transit: Adequate mass transit within three walking blocks is highly desired.
- Compatibility: Facilities must be in areas compatible with military recruiting, avoiding sexually oriented businesses, bars, liquor stores, smoke shops, marijuana dispensaries, or businesses producing injurious odors.
- Infrastructure: Availability of all communications infrastructure (DSL, T1, or satellite dish).
- Building Standards: Must comply with accessibility, fire protection, life safety, environmental, and seismic standards. No asbestos or hazardous materials.
Contract & Timeline
- Type: Solicitation for a full-service lease.
- Duration: Up to five (5) years with government termination rights.
- Set-Aside: None specified.
- Response Due: February 27, 2026, 5:00 PM Pacific Time.
- Published: February 25, 2026.
Evaluation
Award will be based on a best value determination, considering both Technical Factors and Price as approximately equal in importance. Technical factors include location within the delineated area, neighborhood, ease of access, building visibility, parking availability, overall appearance, compatibility of adjacent businesses, potential for signs, floor plan/layout, and high-speed internet availability.
Submission Requirements
Proposals must include, at a minimum:
- Initialed draft lease document (Government Lease).
- Initialed copy of General Clauses 3517B and Janitorial Specifications.
- Completed, signed, and dated Proposal to Lease Space form (USACE Form 1364).
- As-built floor plan drawing and site plan showing location and available parking.
- Digital photo of street view of property.
- Completed Seismic Offer form. Submissions can be via email to Kristin.N.Dowling@usace.army.mil or by mail/express delivery.
Additional Notes
All contractors must be registered in SAM.gov prior to award. Payments will be made via Electronic Funds Transfer (EFT). Contact Ms. Kristin Dowling at (213) 255-9017 or Kristin.N.Dowling@usace.army.mil for inquiries.