Retail Space to Lease - Los Angeles
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 to lease Class A or B retail space in Los Angeles, CA, for an Armed Forces Career Center. The requirement is for a minimum of 1200 net/usable to a maximum of 1610 gross/rentable square feet, under a full-service lease for a term not to exceed five (5) years with Government termination rights. Proposals are due by 5:00 PM (PST) on April 20, 2026.
Scope of Work
The leased space must be located within a defined delineated area (North: E. Jefferson Blvd., South: E Martin Luther King Jr. Blvd, East: S. Figueroa Street, West: Vermont Ave.). Key requirements include:
- Space: Minimum 1200 net/usable to 1610 gross/rentable square feet.
- Access: Both primary and secondary ingress/egress points, 24/7 Government access.
- Parking: Lighted, non-exclusive or reserved on-site parking for four government vehicles (24/7), plus additional lighted parking for approximately five employee vehicles and visitors during business hours.
- Environment: Must be in areas compatible with military recruiting, prohibiting proximity to sexually oriented businesses, bars, liquor stores, smoke shops, or marijuana dispensaries.
- Build-out: Lessor is responsible for designing and building alterations based on provided specifications, including security measures (video entry control, CCTV, fragmentation film), telecommunication wiring, and specific finishes. Three construction bids are requested for the build-out.
- Services: Mandatory janitorial services must be included in the lease, with specific standards outlined in Schedule A.
- Compliance: Strict adherence to seismic safety (requiring specific forms A-F), accessibility, fire protection, life safety, flood plain, environmental, and asbestos requirements.
Contract Details
- Type: Solicitation (Request for Lease Proposals - RLP).
- Term: Not to exceed five (5) years with Government termination rights.
- Lease Type: Full-service lease, covering building, operating costs, real estate taxes, and related insurance.
- Lessor Obligations: Must be registered and active in SAM.gov, maintain public liability ($1M), property damage ($500K), and fire/extended coverage insurance.
- Set-Aside: None specified.
Submission & Evaluation
Proposals must include building name/address, as-built floor plan, digital photo of street view, area (BOMA rentable/usable SF), rental rate (including CAM, taxes, insurance), and common area factors. Evaluation factors include location, ability to meet construction/security/lease requirements, complete offers by the deadline, competitive costs, and qualitative ratings for mission. The award will be based on best value, considering both price and technical factors.
Contact Information
Interested parties should contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or 805-598-3903 by the response deadline.