U.S. Army Corps of Engineers Seeking to Acquire Office Space
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 (USACE) is seeking competitive lease proposals for approximately 70,000 to 72,100 ANSI/BOMA Occupant Area (ABOA) usable square feet (USF) of Class A office space in Jersey City, Hoboken, or Newark, New Jersey. This requirement is for the relocation and co-location of the USACE North Atlantic Division (NAD) and New York District (NAN) offices. Proposals are due by April 20, 2026, at 4:00 PM New York local time.
Scope of Work
USACE requires modern, Class A office space within a 1,760-foot walkable radius of specific PATH/NJ Transit stations (Exchange Place, Grove Street, Hoboken, Newark Penn, or Newport). The space must be in a sound, substantial building with a facade of permanent materials. Key requirements include:
- Space: Approximately 70,000 to 72,100 USF, with a preference for second-generation space.
- Parking: Eleven (11) structured/inside or surface/outside parking spaces, reserved, secured, and lit.
- Amenities: Common spaces (conference rooms, break rooms), proximity to public sidewalks, employee services (restaurants, retail, banks).
- Infrastructure: Detailed specifications for server rooms, IT labs, network infrastructure (fiber, CAT6/6a cabling), and sound masking.
- Security: Compliance with minimum security requirements (Exhibit D), secure room construction standards (Exhibit K), and a Security Unit Price List (Exhibit L) for countermeasures.
- Compliance: Must meet accessibility, fire protection/life safety (GSA Form 12000), and Energy Independence and Security Act (EISA) requirements (ENERGY STAR® label). No asbestos-containing materials or hazardous conditions.
Contract & Timeline
- Type: Request for Lease Proposals (RLP) No. DACW515260008800.
- Term: One (1) year base lease with nine (9) consecutive one-year renewal options. The Government has termination rights after the first anniversary with 180 days' written notice.
- Occupancy: No later than August 1, 2026, or upon acceptance of the space, whichever is later.
- Lease Type: Fully serviced, turnkey lease, covering all Lessor costs including upgrades, tenant improvements (TIs), operating costs, taxes, janitorial, and security.
- Award Date: Planned for Quarter 3 of fiscal year 2026, likely June.
- Proposal Due: April 20, 2026, 4:00 PM New York local time.
Evaluation & Submission
Proposals will be evaluated based on a 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. Offers must be submitted via email to CENANRERLP@usace.army.mil or by mail/express delivery. Electronic proposals should be submitted via the provided Smartsheet URL. Offerors may submit up to two offers per location. Required forms include GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement).
Additional Notes
There is no incumbent commercial lessor for this new requirement. Offerors must have an active SAM.gov registration prior to award. While USACE has funds for alterations, offerors are encouraged to propose tenant improvements. The NAICS code is 531120 (Exception), and HUBZone small business concerns may elect to waive price evaluation preference.