Opportunity
SAM #DACA175260003200
Lease, Construction, and Security Outfitting for Armed Forces Career Center in Margate, FL
Buyer
Jacksonville District
Posted
April 01, 2026
Respond By
May 01, 2026
Identifier
DACA175260003200
NAICS
531120, 236220, 238210, 238220, 561720, 561710, 561740, 531190
This opportunity involves leasing and outfitting commercial storefront space for an Armed Forces Career Center in Margate, FL, with comprehensive construction, security, and janitorial requirements.
Government Buyer
- U.S. Army Corps of Engineers (USACE), Jacksonville District, on behalf of Military Services
OEMs and Vendors Mentioned
- Aiphone (video intercom and entry control systems)
- Hanwha (CCTV/NVR systems and cameras)
- NETGEAR (PoE+ network switches)
- Hunter Douglas (motorized roller shades)
- Securitron (security keypads)
- Tripp Lite (security cabinets)
- Samsung (CCTV monitors)
- LSP (power supplies)
- VideoSecu (monitor mounting brackets)
- Displays2Go (monitor mounting poles)
Products and Services Requested
- Lease of 6,381 to 8,396 sq. ft. commercial space within 1.25 miles of 5502 Sample Road, Margate, FL
- Full-service lease: includes all utilities, janitorial services, and parking for 23 government vehicles
- Construction and outfitting of recruiting facility, including:
- HVAC, plumbing, electrical, lighting (interior/exterior/emergency), communications (CAT-6 wiring, conduit), safety and fire equipment
- Architectural finishes (ceilings, walls, soundproofing, paint, tile, roller shades)
- Security and surveillance systems:
- Aiphone IXG video intercoms (IXG-DM7-HIDA, IXG-2C7, IXG-MAA, etc.)
- Hanwha CCTV/NVR (WRT-P-3104W), cameras (XND-C8083RV, XNF-9013RV, XNV-9083R, XNP-C8253R)
- NETGEAR PoE+ switches (GS752TPP300NAS, GS524UP100NAS)
- Hunter Douglas RB500 roller shades
- Securitron DK-26 keypads
- Samsung DU8000 CCTV monitors
- Tripp Lite SRW12UDP security cabinets
- Accessories: mounting brackets, network decoders, extension wires
- Janitorial services:
- Cleaning three times per week (trash removal, vacuuming, surface cleaning, restroom cleaning, etc.)
- Carpet cleaning twice a year, HVAC filter changes quarterly
- Use of environmentally friendly products
- No keys or access codes provided to contractors
Unique or Notable Requirements
- Space must be within a 1.25-mile radius of specified address
- Parking for 23 government vehicles (day and overnight)
- Full-service lease (utilities and janitorial included)
- Security and construction must meet federal standards and be tailored for multiple military branches
- Registration in SAM.gov is mandatory for all offerors
- Contractors must coordinate cleaning schedules with Military Service Representatives and use green cleaning products
- No specific contract vehicle or administrative requirements highlighted
Description
The Jacksonville District, U.S. Army Corps of Engineers is soliciting lease proposals for a minimum of 6,381 to a maximum of 8,396 gross rentable square feet of commercial storefront, retail space, within a 1.25-mile radius of 5502 Sample Road, Margate, FL 33073.
The space shall contain adequate/assigned parking for approximately Twenty-Three (23) Government vehicles both during the day and overnight. The lease is for a Five (5) year term with Government termination rights, and a full-service lease (to include all utilities and janitorial services) is preferred. Must use Government Lease. The Government’s space and service requirements are described in the attached documents entitled Minimum and Specific Requirements, Construction and Security Specifications, and Specification Guide for Janitorial Services.
Additionally, the following documents which contain other Government leasing requirements are also attached for your review:
a. U.S. Government Lease for Real Property
b. General Clauses; GSA Form 3517B
Please review all the documents thoroughly so that you have a complete understanding of the Government’s requirements. One item of note in the Representations and Certifications document is the requirement to register in the System for Award Management 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 before lease award.
For your proposal, ensure that you obtain a contractor’s bid to complete the build-out based on the “Construction Specifications” requirements. Once you have obtained a contractor’s bid, please complete and sign the attached “Proposal to Lease Space” Worksheet.
Additional information regarding this solicitation may be obtained from Anthony Shoultz at anthony.a.shoultz@usace.army.mil The completed Proposal to Lease Space form and the documents listed in section 5.c of the Proposal to Lease Space form must be received in this office by email to anthony.a.shoultz@usace.army.mil no later than 4:00 PM on Friday, May 1, 2026.
After receipt of all proposals, conclusion of discussions, and receipt of best and final offers, the Government will select a location based on the evaluation factors and the lowest overall cost to the Government. Past performance, if applicable, will also be taken into consideration. The selection is expected to occur approximately 30 days following the initial proposal cut-off date stated above. A Government appraisal or value estimate will be conducted to determine fair market rental value for the selected site.
NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.
ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation, or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (Formerly known as the DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).