Retail Space to Lease – Santee, California
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 to lease Class A or B retail space in Santee, California, for an Armed Forces Career Center. This is a full-service lease for a term not exceeding five years, with government termination rights. Proposals are due May 15, 2026, by 5:00 PM PST.
Scope of Work
The requirement is for a minimum of 1,219.80 net/usable to a maximum of 1,605.00 gross/rentable square feet within a specific delineated area in Santee, CA, bounded by Mission Gorge Rd (North), Fletcher Pkwy (South), Greenfield Dr (East), and Fanita Dr & Garfield Ave (West). The space must offer primary and secondary ingress/egress, 24/7 lighted parking for five government vehicles plus visitor parking, and be in an environment compatible with military recruiting (excluding sexually oriented businesses, bars, liquor stores, smoke shops, marijuana dispensaries, etc.). The lease must include janitorial services.
Contract & Timeline
- Type: Full-Service Lease (Solicitation)
- Duration: Up to 5 years, with Government termination rights
- Set-Aside: None specified
- Response Due: May 15, 2026, 5:00 PM PST
- Published: April 16, 2026
Evaluation
Proposals will be evaluated based on a "Method of Award" considering price and technical factors. Key evaluation criteria include location within the delineated area, neighborhood, ease of access, location within the building, parking availability, overall appearance, compatibility of adjacent businesses, potential for signage, floor plan/layout, and high-speed internet availability. The award will be made to the responsible offeror whose proposal represents the best value to the Government.
Required Submissions
Interested parties must submit:
- Building name and address, as-built floor plan, digital photo of street view.
- Area details (BOMA rentable/usable square feet), rental rate per square foot (including CAM, taxes, insurance), and common area factors.
- Completed "Proposal to Lease Worksheet" (Exhibit C) and "Construction Specifications Bid Proposal Worksheet" (Exhibit F).
- Initialed Government Lease form (L100) and General Clauses (3517B).
- Exclusivity agreement if representing a building owner.
- Lessors must be registered and active in SAM.gov.
Additional Notes
The lessor is responsible for the design and build-out of alterations according to government specifications. Three construction bids are requested for the build-out, and no change orders are authorized after bid acceptance. Special attention should be given to security requirements (video entry control, CCTV, dual roller shades, fragmentation film), telecommunication wiring, water fountains, signage, paint, wall graphics, phone/electrical outlets, and specified carpet squares. The attached conceptual floor plan (Exhibit H) provides a generalized idea of space requirements.