Opportunity
SAM #442911
USACE Solicits Lease and Build-Out of Armed Forces Career Center in Vancouver, WA with Security and Facility Upgrades
Buyer
Seattle District, USACE
Posted
March 27, 2026
Respond By
April 25, 2026
Identifier
442911
NAICS
53112, 531120, 236220, 561720
The U.S. Army Corps of Engineers (USACE) is seeking to lease and fit out office space in Vancouver, WA for an Armed Forces Career Center, with comprehensive construction, security, and janitorial requirements. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Seattle District - Scope of Lease and Services: - Lease of 1,400–1,800 gross sq ft (1,180–1,475 net sq ft) office space in Vancouver, WA - Five-year firm lease term, fully serviced (includes rent, CAM, utilities, janitorial) - Space must include three government parking spaces and be in a professional office setting within a defined area - Compliance with security, fire/life safety, accessibility, and sustainability standards - Restrictions on proximity to certain establishments and requirement for public transportation access - Construction & Facility Requirements: - Build-out includes HVAC, plumbing, electrical, communications, safety/fire equipment, architectural finishes, signage, and security systems - Janitorial services required two to three times per week, with deep cleaning and quality control program - Maintenance and repair of building systems, utilities provision, and emergency services included - OEMs and Key Products (highlighted): - Aiphone: IXG Series video intercom systems (e.g., IXG-DM7-HIDA, IXG-2C7, IXG-MK) - Hanwha: CCTV/NVR systems and cameras (e.g., XND-C8083RV, XNF-9013RV, XNV-9083R, XNP-C8253R, WRT-P-3104) - NETGEAR: PoE switches (GS752TPN300NAS, GS524UP100NAS) - Securitron: Keypad and door position switch (DK-26 SS, DPS-M-GY) - LSP: Power supply (FPO250-C8D8E2) - Samsung: 55" 4K CCTV Monitor (DU8000) - Hunter Douglas: Roller shades (referenced in specifications) - Notable Requirements: - All security and communications systems must be installed by certified professionals - Compliance with 2019 NDAA prohibitions on certain foreign equipment - Lease includes rights to parking and telecommunications installations - Quality control for janitorial services and regular maintenance of HVAC, fire alarm, and building systems - Delivery/Performance Locations: - Office space in Vancouver, WA (place of performance) - Contracting office: USACE Seattle District, 4735 East Marginal Way South, Seattle, WA
Description
U.S. Government Lease Opportunity via United States Army Corps of Engineers (USACE)
Location Details State: Washington City: Vancouver Delineated Area: North: NE 179th Street South: State Highway 500 / E. 4th Plain Blvd / NE 28th Street East: NE 162nd Ave West: NW Lakeshore Ave
Space Requirements Gross Square Feet: 1,416 - 1,770 Net Square Feet: 1,180 - 1,475 Space Type: Office Government Parking Spaces (Total): 3 Full Term: 60 months Option Term: None
Contact Information Address: U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 Email Address: cenwsre-rfp@usace.army.mil Real Estate Contracting Officer: Thomas J. Seymour will be signing the lease for the Government.
Offer Submission Offers must be submitted electronically via the email listed above. Offers are due on or before: April 24, 2025. Any questions regarding this solicitation may be directed to Primary or Secondary Points of Contact listed in the “Contact Information” section of this notice.
Background and Government Requirements The U.S. Government, through USACE, currently occupies office space in the specified city and state and is considering relocation if economically advantageous. Factors include availability of alternative space, relocation costs, tenant improvements, telecommunication infrastructure, downtime, and costs related to vacating the current location. The Government desires a full-service lease including base rent, CAM, utilities, and janitorial services for office space for an Armed Forces Career Center for a term of five (5) years with Government termination rights. The location must be within the delineated area specified above. Non-exclusive parking for government vehicles must be provided 24/7. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with exclusive rights to represent building owners. Representatives must include proof of exclusivity with their response.
Additional Requirements Space for three (3) Government vehicles Located in prime office space with attractive surroundings featuring modern design or tasteful rehabilitation Professional office setting, preferably not near residential areas, railroad tracks, or power transmission lines Not located within the 100-year flood plain or wetland unless deemed the only practicable alternative Not near establishments primarily selling alcoholic beverages, firearms, marijuana dispensaries, or related to drug treatment/detention facilities Employee and visitor entrances connected to public sidewalks or street by continuous, accessible sidewalks Regularly scheduled public transportation within 1,000 feet during workday (if provided by municipality) Parking available per local code within four walkable blocks; parking-to-square-foot ratio must meet local code; restricted or metered parking of one hour or less within four blocks does not meet requirements Subleases are not acceptable Space configuration conducive to efficient layout considering fire walls, columns, bay depths, windows, convectors, electrical/telephone access, and avoiding inefficient shapes Space with atriums, extremely long/narrow runs, irregular shapes, or unusual features adversely affecting usage will not be considered Columns cannot exceed two (2) square feet; space between columns/walls not less than twenty (20) feet Must meet or be capable of meeting Government requirements for Security, Fire Life Safety, and Handicapped Accessibility If above ground level, elevator access required Fully serviced lease including all services, janitorial supplies, utilities, and tenant alterations as part of rental consideration Government access 24/7; normal hours Monday-Friday 0900 to 1700 (excluding weekends and Federal holidays)
Attached Documents Offerors must review the following documents containing 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)
Offer Submission Requirements To be responsive, offers should be based on all terms, conditions, and responsibilities expressed throughout the RLP and Lease and submitted electronically. Review the RLP and attachments carefully, paying particular attention to solicitation requirements.
Required Forms to be Completed, Initialed, and/or Signed and Returned Electronically with Initial Offer: Exhibit A – Rental Proposal Worksheet, USACE Recruiting Form 1364 Exhibit E – Construction Specifications Bid Proposal Worksheet For new builds, obtain at least three (3) bids from contractors based on Construction and Security Specifications. Complete, sign, and submit Rental Proposal Worksheet and Construction Specifications Bid Proposal Worksheet. For existing spaces, complete, sign, and submit Rental Proposal Worksheet only; Construction Specifications Bid Proposal Worksheet not required. Exhibit G – SAM Representations and Certifications, GSA Form 3518 (if not registered in SAM at offer submission) Exhibit H – Lessor’s Annual Cost Statement, GSA Form 1217 Exhibit K – Seismic Offer Forms (where applicable) Evidence of ownership (warranty deed) or control of building or site
Not Required to be Returned at This Time: Request for Lease Proposal (RLP) Exhibit B – U.S. Government Lease for Real Property Exhibit C – General Clauses, GSA Template 3517B Exhibit D – Construction and Security Specifications Exhibit F – Janitorial Specifications Exhibit I – Certificate of Authorization
Additional Notes Review all attached documents thoroughly to understand Government requirements. Note the General Clauses (GSA Form 3517B) require registration in the System for Award Management (SAM) at www.SAM.gov (General Clause 17, CFR 52.204-7). Registration is mandatory for doing business with the Government and must be completed at lease award. Entities not registered are advised to start registration promptly.
After receipt of proposals, discussions, and best and final offers, the Government will select a location based on best value as specified in the RLP. Past performance may be considered. Selection is expected approximately 30 days after initial proposal response date. A market survey, appraisal, or value estimate will determine fair market rental value.
Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability per Lease terms. Space shall not be in the 1-percent-annual chance floodplain (formerly "100-year" floodplain).
Entities should familiarize themselves with telecommunications prohibitions under Section 889 of the FY19 National Defense Authorization Act (NDAA), implemented by the Federal Acquisition Regulation (FAR). More info: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.
Funds may or may not be currently available. No award will be made until funds are available. The Government reserves the right to cancel this solicitation before or after closing date without obligation to reimburse offerors for any costs.