Opportunity

SAM #W912QR-BROWNWOODTXFY26

Lease and Build-Out of Armed Forces Career Center with Security and Facility Upgrades in Brownwood, TX

Buyer

USACE Louisville District

Posted

April 22, 2026

Respond By

May 05, 2026

Identifier

W912QR-BROWNWOODTXFY26

NAICS

531120, 238210, 561720, 238290, 531190, 236220

The U.S. Army Corps of Engineers is seeking to lease and fit out approximately 2,284 usable square feet of commercial space in Brownwood, Texas, for use as an Armed Forces Career Center. - Government Buyer: - U.S. Army Corps of Engineers, Louisville District, Recruiting Facilities Program - Chief, Inleasing Branch, Real Estate Contracting Officer - OEMs and Vendors Highlighted: - Aiphone (video intercom and entry control systems) - Hanwha (Wisenet CCTV/NVR systems, cameras, monitors) - NETGEAR (PoE+ network switches) - Hunter Douglas (roller shades) - Securitron (keypad access control) - LSP (power supply) - Tripp Lite (security cabinet) - VideoSecu (monitor mounting bracket) - Displays2Go (monitor mounting pole) - Products and Services Requested: - Lease of 2,284 sq ft commercial retail/office space with: - Secondary egress - Parking for seven government vehicles (24/7 access) - Additional parking within four blocks for employees/customers - Daytime janitorial services - Signage for maximum visibility - Build-out contributions from lessor - Construction and security fit-out including: - Aiphone IXG Series video intercom entry control (IXG-DM7-HIDA, SBX-IXGDM7, IXG-2C7, MCW-S/B, IXG-MK) - Securitron DK-26 SS keypad for secondary egress - Hanwha Wisenet CCTV/NVR system (WRT-P-3104, XND-C8083RV, XNF-9013RV, XNV-9083R, XNP-C8253R, SMT-2431) - NETGEAR PoE+ switches (GS752TPN300NAS, GS524UP100NAS) - Tripp Lite SRW12UDP security cabinet - Hunter Douglas roller shades - LSP FPO250-C8D8E2 power supply - VideoSecu ML411B-B1 monitor mount, Displays2Go SLC3770LBK monitor pole - Wave VMS recording licenses (WAVE-PRO-01, WAVE-PRO-04, WAVE-PRO-08) - 6 ft USB extension wire (CAUSBAMF) - Janitorial and cleaning services (trash removal, vacuuming, mopping, restroom cleaning, window cleaning, snow/ice removal, supply provision) - Maintenance services (HVAC, fire protection, lighting, pest control, lawn care, building systems) - Snow removal for parking lots and walkways - Alterations and build-out as per government specifications - Unique/Notable Requirements: - Sites adjacent to non-compatible businesses (e.g., adult entertainment, night clubs, drug rehab, marijuana dispensaries, gun shops, liquor stores) may be excluded - Strict compliance with 2019 N.D.A.A. prohibitions on certain foreign equipment - Lessor responsible for building upkeep, utilities, and compliance with federal/local laws - Offers must include a rental proposal worksheet, active SAM.gov registration, and existing floor plan - Government termination clause with 90 days' notice after a specified date - Multiple military service finish standards (paint, carpet, signage) - Telecommunications equipment installation rights included

Description

SOLICITATON FOR OFFER

LOCATION:                           Brownwood, TX 76802

DELINEATED AREA:         

N Boundary:  Market Place Blvd

S Boundary:   C.C. Woodson Rd/Carnegie St

E Boundary:  Riverside Park Dr

W Boundary: Austin Ave

The U. S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for approximately 2,284 square feet (useable) of commercial retail/office space within the delineated area.  Space will need to include a secondary egress; have adequate parking (prefer it is sign designated) for 7 Government-owned vehicles 24 hours a day/7 days a week, as well as adequate parking within 4 blocks for employee and customer vehicles; include daytime janitorial services; and include adequate signage for maximum visibility. Sites that are located adjacent to adult entertainment shops (i.e. book stores, video stores, or theatres), night clubs/bars, methadone clinics, drug rehabilitation centers, marijuana/hemp dispensaries, medical marijuana dispensaries, gun shops, liquor stores, etc. could potentially be eliminated from competition as these are considered non-compatible businesses.  Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission. 

Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), and the existing floor plan.  Attached is a copy of the lease document, the general conditions, the construction specifications, the janitorial specifications, the rental proposal worksheet, and instructions for System for Award Management (SAM) registration.   Thoroughly review all documents and make sure that you agree to the terms presented.  The first four (4) pages of the lease have negotiable terms; however, the general conditions are standard and are not negotiable and must be accepted as written and shown on the attached file.  Review the construction specifications completely as they stipulate additional lessor responsibilities.

Leases are negotiated for a 5-year term, but they include a clause stating the Government can terminate giving reasonable days’ notice.  In order to incorporate firm term years, meaning the Government cannot get out of the lease for a specified period of time, we ask the lessor to provide a significant contribution towards the build-out costs.  Five year firm term leases are generally not considered. 

Following are the factors that will be considered when evaluating bids/offers:

Location Ability to meet all construction specifications, security measures and lease requirements Complete initial and final offers must be received by defined deadline Competitive costs in the best interest of the government Qualitative ratings by client for mission

Additional information regarding this solicitation may be obtained from Andrea Logsdon by email at andrea.r.logsdon@usace.army.mil.  Proposals are due no later than 5:30 pm on 05/05/2026.

View original listing