Opportunity
SAM #DACA175260002400
Lease and Build-Out of Armed Forces Career Center in Lakeland, FL with Security and Facility Upgrades
Buyer
Jacksonville District
Posted
May 07, 2026
Respond By
May 30, 2026
Identifier
DACA175260002400
NAICS
531190, 531120, 238210, 561720
The U.S. Army Corps of Engineers (USACE), Jacksonville District, is seeking proposals for the lease and build-out of commercial storefront space in Lakeland, FL, to serve as an Armed Forces Career Center.
- Government Buyer:
- U.S. Army Corps of Engineers (USACE), Department of Defense, Jacksonville District
- Scope of Lease:
- 5,728 to 7,536 gross rentable square feet within a 1.25-mile radius of 4242-4246, 4258 US Highway 98 North, Lakeland, FL 33809
- Assigned parking for approximately twenty government vehicles (day and overnight)
- Full-service lease preferred (includes utilities and janitorial services)
- Five-year lease term with government termination rights
- Construction, Security, and Facility Requirements:
- Build-out to include HVAC, plumbing, electrical, communications, safety/fire equipment, architectural finishes, and signage
- Security and access control systems, including Aiphone IXG video intercoms, Hanwha CCTV/NVR systems, NETGEAR PoE+ switches, and Hunter Douglas motorized roller shades
- Specific part numbers and models required for security and surveillance equipment
- Janitorial services with detailed cleaning, maintenance, and environmental standards
- Compliance with federal/local codes and tailored requirements for each military branch
- OEMs and Key Equipment:
- Aiphone (IXG video intercom systems)
- Hanwha (CCTV/NVR systems, cameras)
- NETGEAR (PoE+ switches)
- Hunter Douglas (motorized roller shades)
- Elkay (drinking fountains)
- Securitron (keypad controllers)
- Samsung (CCTV monitors)
- Notable Requirements:
- 24/7 government access to premises
- Lessor responsible for alterations, maintenance, utilities, and janitorial services
- Use of environmentally friendly cleaning products and energy-efficient lighting
- Registration in SAM.gov required for all offerors
- Government may conduct an appraisal to determine fair market rental value
- Place of Performance:
- Lakeland, FL (within specified radius of US Highway 98 North)
- Contracting office located at USACE District, Jacksonville, FL
Description
The Jacksonville District, U.S. Army Corps of Engineers is soliciting lease proposals for a minimum of 5,728 to a maximum of 7,536 gross rentable square feet of commercial storefront space within a 1¼ mile radius of 4242-4246, 42258 US Highway 98 North, Lakeland, FL 33809. The space shall contain adequate/assigned parking for approximately twenty (20) Government vehicles both during the day and overnight. The lease is for a five-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, 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
Please review all the documents thoroughly so that you have a complete understanding of the Government’s requirements. One item of note in the General Clauses, GSA Form 3517B 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 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 Ana Fraguada at ana.m.fraguadavializ@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 rachel.m.larkins@usace.army.mil and melissa.c.gonzalez@usace.army.mil no later than 11:59 PM on Friday, May 29, 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 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 DUNS number). 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).