Jessica Butko
Silverdale, WA
USA
The U.S. Government, by and through United States Army Corps of Engineers (USACE), seeks to lease the following space: State: Washington City: Silverdale Delineated Area: North: WA HWY @ Scandia South: Fairground Rd @ Meadowdale East: Dyes Inlet shoreline West: WA HWY 3 & NW Newberry RD Gross Square Feet: 5,188.75 Net Square Feet: 3,664 Space Type: Retail GOV Parkin...
View more| Name | Type | Posted | Action |
|---|---|---|---|
| Exhibit J - Agency Agreement.pdf | Mar 5, 2026 | ||
| Exhibit I - Certificate of Authorization (LLC or Corporations).pdf | Mar 5, 2026 | ||
| Exhibit I - Certificate of Authorization (Partnership).pdf | Mar 5, 2026 | ||
| Exhibit H - Lessors Annual Cost Statement 1217.pdf | Mar 5, 2026 | ||
| Exhibit G - SAM Reps and Certs 3518.pdf | Mar 5, 2026 | ||
| Exhibit E - Construction Specifications Bid Proposal Worksheet.xlsx | XLSX | Mar 5, 2026 | |
| Exhibit F - Janitorial Specifications 25.pdf | Mar 5, 2026 | ||
| Exhibit D - Construction Specifications 25.pdf | Mar 5, 2026 | ||
| Exhibit C - General Clauses 3517B.pdf | Mar 5, 2026 | ||
| Exhibit B - Sample Lease.pdf | Mar 5, 2026 | ||
| Exhibit A - Rental Proposal Worksheet 1364.pdf | Mar 5, 2026 | ||
| DACA675260009100 RLP 26.pdf | Mar 5, 2026 |
DACA675260009100-United States Army Corps of Engineers (USACE) seeks to lease approximately 5,188.75 gross square feet of retail space in Silverdale, WA for an Armed Forces Career Center (Military Recruiting Office)
—
The Government’s desire is for a full-service lease to include base rent, CAM, utilities, and janitorial services for a retail space for an Armed Forces Career Center for a term of five (5) years with Government termination rights and location within the delineated area specified above. Non-exclusive parking for government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent buildings owners. Representatives of building owners must include the exclusivity granting the exclusive right to represent the building owner with their response to this advertisement.
Additional Requirements:
Additionally, offerors must review the attached documents which contain other Government leasing requirements:
Request for Lease Proposals
Exhibit A – Rental Proposal Worksheet, USACE Recruiting Form 1364
Exhibit B – U. S. Government Lease for Real Property
Exhibit C – General Clauses, GSA Template 3517B
Exhibit D – Construction and Security Specifications
Exhibit E – Construction Specifications Bid Proposal Worksheet
Exhibit F – Janitorial Specifications
Exhibit G – SAM Representations and Certifications, GSA Form 3518
Exhibit H – Lessor’s Annual Cost Statement, GSA Form 1217
Exhibit I – Certificate of Authorization
Exhibit J – Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner (where applicable)
To be responsive, your offer should be based on all the terms, conditions, and responsibilities expressed throughout the RLP and Lease and be submitted electronically. Please review the RLP and all attachments carefully paying particular attention to the solicitation requirements.
The following forms must be completed, initialed, and/or signed and returned electronically with your initial offer. (Note: There may be other required forms. Refer to the enclosed RLP for details.)
Please note that you are not required to initial and return the following documents at this time:
Please review all the attached documents thoroughly to obtain a complete understanding of the Government’s requirements. One item of note in the General Clauses, GSA Form 3517B, is the requirement to register in the System for Award Management (SAM) at www.SAM.gov (General Clause 17, CFR 52.204-7). This registration is mandatory for any entity wishing to do business with the Government and must be completed at the time of lease award. Entities not currently registered in SAM are advised to start the registration process as soon as possible.
After receipt of all proposals, conclusions of any discussions, and receipt of best and final offers, the Government will select a location based on the best value specified in the enclosed RLP. Past performance, if applicable, will also be taken into consideration. The selection is expected to occur approximately thirty (30) days following the initial proposal response date stated above. A Government market survey, appraisal, or value estimate will be conducted to determine fair market rental value.
Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).
Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.
Funds may or may not be presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse offeror(s) for any cost.