U.S. Army Corps of Engineers Seeking to Acquire Office Space

SOL #: DACW515260008800Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW YORK
NEW YORK, NY, 10278-0004, United States

Place of Performance

NJ

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

Lease/Rental Of Office Buildings (X1AA)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 10, 2026
2
Last Updated
Apr 15, 2026
3
Submission Deadline
Apr 20, 2026, 8:00 PM

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 (USACE) is seeking competitive lease proposals for 70,000 to 72,100 ABOA usable square feet of Class A office space in Jersey City, Hoboken, or Newark, New Jersey. This is a fully serviced, turnkey lease with a one-year base term and nine one-year renewal options, with occupancy required by August 1, 2026. Proposals are due April 20, 2026.

Purpose & Scope

USACE, specifically the North Atlantic Division (NAD) and New York District (NAN), requires approximately 70,000 to 72,100 ABOA usable square feet of Class A office space. The space must be second-generation, modern, and in good condition, available for occupancy no later than August 1, 2026.

Location

The required space must be within a walkable 1,760-foot radius of specific public transit stations: Exchange Place PATH, Grove Street PATH, or Newport PATH in Jersey City, NJ; Hoboken station in Hoboken, NJ; or Newark Penn Station in Newark, NJ.

Key Requirements

  • Space: Approximately 70,000 to 72,100 ABOA USF in a Class A building, modern quality, sound construction. Second-generation space is encouraged.
  • Parking: Eleven (11) structured/inside parking spaces, reserved for the Government, secured and lit.
  • Amenities: Potential requirement for roof space for antenna installation. 24/7 access. Specific layouts for offices, common areas, server rooms, and network infrastructure (fiber, CAT6/6a cabling) as detailed in Exhibit B and Amendment 002.
  • Compliance: Must meet accessibility, fire protection, life safety, Energy Independence and Security Act (EISA) requirements (typically ENERGY STAR® label), and National Historic Preservation Act. No asbestos-containing materials (or only undamaged, nonfriable) and no known hazardous conditions.
  • Security: Stringent physical security, site criteria, structure security, and security systems are required, including secure room construction standards, Intrusion Detection Systems (IDS), and Access Controls (Exhibits D and K).
  • Disclosures: Offerors must complete representations regarding telecommunications and video surveillance services (FAR 52.204-24) and foreign ownership and financing for high-security leased space (GSAR 552.270-33).

Contract Details

  • Type: Request for Lease Proposals (RLP) No. DACW515260008800.
  • Term: One (1) year base with nine (9) consecutive one-year renewal options at the Government's discretion.
  • Commencement: Not later than August 1, 2026, or upon acceptance of the Space, whichever is later.
  • Structure: Fully serviced, turnkey lease; rent covers all Lessor costs including upgrades, tenant improvements (TIs), operating costs, real estate taxes, janitorial services, security, emergency operations, and IT upgrades.
  • Set-Aside: None specified. NAICS code: 531120 (Exception). HUBZone small business concerns may elect to waive price evaluation preference.

Submission & Evaluation

  • Proposals Due: April 20, 2026, by 4:00 PM New York local time.
  • Submission: Via email to CENANRERLP@usace.army.mil or by mail/express delivery. Offerors are encouraged to submit up to two (2) offers per offered Space.
  • Evaluation: Best-value tradeoff process, considering Price (Factor 1) and technical factors including Quality and Condition of the Space, Connection to Public Transit, Area Safety and Security, Neighborhood Amenities, Project Schedule, and Past Performance.
  • Forms: Offerors must use GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement).
  • Registration: Active SAM.gov registration is required prior to award.

Amendments & Clarifications

  • Amendment 002 (April 7, 2026) updated the USF range, security requirements, and detailed Exhibit B specifications for server rooms and network infrastructure.
  • Questions Deadline: Friday, April 10, 2026, 10:00 am New York local time.
  • Site Visit: A site visit is scheduled for Thursday, April 9, 2026. Interested offerors must email CENANRERLP@USACE.ARMY.MIL by 2:00 pm on Wednesday, April 8, 2026, to express interest and arrange security vetting.

People

Points of Contact

Files

Files

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

Versions

Version 8
Solicitation
Posted: Apr 15, 2026
View
Version 7
Solicitation
Posted: Apr 14, 2026
View
Version 6
Solicitation
Posted: Apr 13, 2026
View
Version 5Viewing
Solicitation
Posted: Apr 7, 2026
Version 4
Solicitation
Posted: Apr 7, 2026
View
Version 3
Solicitation
Posted: Apr 2, 2026
View
Version 2
Solicitation
Posted: Mar 27, 2026
View
Version 1
Solicitation
Posted: Mar 10, 2026
View