Opportunity

SAM #DACA175260003100

USACE Solicitation for Lease and Build-Out of Armed Forces Career Center Space in North Jacksonville, FL

Buyer

Jacksonville District

Posted

April 30, 2026

Respond By

May 23, 2026

Identifier

DACA175260003100

NAICS

531120, 236220, 561720, 531190

The U.S. Army Corps of Engineers (USACE) Jacksonville District is seeking proposals for a five-year lease of retail or office space in North Jacksonville, FL, to house an Armed Forces Career Center. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Jacksonville District, Real Estate Contracting Officer - Scope of Lease: - 5,510 to 7,250 gross rentable square feet of retail storefront or mixed professional office space - Located within a defined area in North Jacksonville, FL (Airport Center Drive, Max Leggett Parkway, and surrounding streets) - Assigned parking for approximately 17 government vehicles (day and overnight) - Full-service lease: includes all utilities (electricity, gas, water, heating oil, high-speed internet, phone, sanitary sewer), janitorial services, maintenance, HVAC, fire protection, pest control, snow removal, lawn care, and sign maintenance - 24/7 access and compliance with all building codes, environmental, and historic preservation laws - Construction and Facility Requirements: - Build-out and finishing work for multiple military branches (Army, Navy, Marines, Air Force/Space Force, Reserves, National Guard) - Includes HVAC, plumbing, electrical, communications (CAT-6 wiring), safety/fire equipment, architectural finishes, signage (interior/exterior), security systems (CCTV, video intercom), window wraps, carpeting, tiling, and more - Compliance with USACE construction specifications and performance standards - Janitorial and Maintenance Services: - Regular cleaning (3x per week), trash removal, vacuuming, restroom disinfection, high-touch surface cleaning, carpet shampooing, HVAC filter changes, light fixture cleaning, and emergency cleaning - Use of environmentally friendly products and EPA-registered disinfectants - Contractor must coordinate with Military Service Representatives for access and scheduling - Unique/Notable Requirements: - Lease must use the Government Lease for Real Property form - Registration in SAM.gov is mandatory for all offerors - Submission of a notarized letter appointing the authorized Entity Administrator - Government retains termination rights with 30 days' notice - All requirements and specifications are detailed in the attached documents - No specific OEMs or commercial vendors are named, as this is a real property lease and construction/maintenance services procurement.

Description

The Jacksonville District, U.S. Army Corps of Engineers is soliciting lease proposals for a minimum of 5,510 to a maximum of 7,250 gross rentable square feet of retail storefront space or mixed professional office with retail within the following delineated area in Jacksonville, Florida, described as:

Along Airport Center Drive and Max Leggett Parkway between I-95 and US-17.  Along City Center Boulevard, City Station Drive, City Square Drive, Nautica Drive, and Sky Market Drive.  Along US-17 between Max Leggett Parkway and Katherine Road.

The space shall contain adequate/assigned parking for approximately 17 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 Specifications and Construction Specifications Bid Proposal Worksheet, and Janitorial Services Specifications/Requirements. 

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

c.  Corporate Certificate

d.  Evaluation Factors

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.  After review of all documents please initial pages of the U.S. Government Lease for Real Property and the General Clauses, initialed pages indicate that you understand the Government’s terms and requirements.

For your proposal, ensure that you obtain a contractor’s bid to complete the build-out based on the requirements.  Once you have obtained a contractor’s bid, please complete and sign the attached Proposal to Lease Space form. 

Additional information regarding this solicitation may be obtained from Tony 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 11:59 PM, Friday, May 22, 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 (known as 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).

View original listing