Search Contract Opportunities

Retail Space to Lease – El Centro, CA

ID: DACA095240075400 • Type: Solicitation

Description

The Los Angeles District, U.S. Army Corps of Engineers is seeking to lease a minimum of 2556.45 net/usable to a maximum of 3363.75 gross/rentable square feet (gross square feet to include any common area factor), of existing Class A or B retail space, in the El Centro, CA, within the defined Delineated area (DA) boundaries below:

North -- Chruickshank Drive

South -- Interstate 8

East N & S 8th St

West N La Brucherie Rdv

The Government's desire is for a full-service lease of Retail space for an Armed Forces Career Center for a term not to exceed five (5) years with Government termination rights.

Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to this advertisement.

Adequate mass transit (buses, trains, rail cars) for the public within three walking blocks is highly desired.

REQUIRED

  • Spaces MUST offer both a primary and a secondary point of ingress/egress.
  • Lighted, non-exclusive or reserved on-site parking for four 12 marked government owned vehicles must be provided for on 24 hours 7 days a week basis. Additional lighted parking must be available during business hours, weekends and holidays, for approximately 12 employee vehicles and visitors/recruit candidate parking.
  • Must use the Government Lease.
  • The military services shall have the right to use space beyond normal working hours and, if required, on Saturdays, Sundays, and Federal holidays. This includes the use of elevators, lights, toilet facilities, and, if necessary, heating and air conditioning.
  • Armed Forces Recruiting Facilities are only located in defined geographical areas that contain businesses and other establishments that are of a compatible nature. Under no circumstances will be these facilities to be in areas where sexually oriented businesses, bars, nightclubs, liquor stores, smoke shops, marijuana dispensaries etc. or other business that produce injurious odors detectable with the leased spaces. Placement near these establishments can hamper overall production of the office or cause concern for the safety of the personnel stationed there and their visitors.
  • Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission.

Proposals are due no later than 5:00 pm (PST) on March 14th, 2025.

Responses must encompass the following elements:

  • Name and address of the building.
  • As-built floor plan drawing (refer to the enclosed Floor Plan sample) and three construction bids (see the enclosed Construction Spec Bid Proposal Worksheet)
  • Digital photograph capturing the street view of the property.
  • Area measurements (BOMA rentable square feet and BOMA usable square feet)
  • Rental rate per square foot for rentable space, inclusive of CAM, taxes, insurance, etc. please utilize the attached Propose to Lease Worksheet. This document should be saved as a PDF, signed, and dated.
  • Common area factor(s) for the available space, if relevant
  • If you are acting on behalf of the owner/lessor, the enclosed Authorization for Property Manager to Act on behalf of Owner form must also be signed.

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

1. Location

2. Ability to meet all construction specifications, security measures and lease requirements

3. Complete initial and final offers must be received by defined deadline

4. Competitive costs in the best interest of the government

5. Qualitative ratings by client for mission

Additional Notes:

  • Three (3) construction bids for the build-out are requested. After a bid is accepted, no change orders are authorized, so bids need to be accurate and complete (including all taxes and fees). Special attention should be given to security requirements (video entry control system, closed circuit television system and video recording, dual roller shades on exterior windows, fixed panel shade on exterior entry door and peep hole in secondary exit, perforated window wrap), fragmentation film on exterior windows/glass doors, telecommunication wiring requirements, addition of water fountain, signage, paint, wall graphics, phone jacks, electrical outlets, and spec'd carpet squares. These are items that can add a significant cost and may be overlooked in the bid process; however, all items in the specifications need to be followed, even if code does not require the item (i.e., smoke detectors, fire extinguishers, etc.).
  • Bids shall include any tear down/haul away expenses.
  • The attached floor plan is to be used as a generalized idea and reference tool for proximity of amount of useable space this location will require for build out in both office space and common area space. Submitted floor plans must meet the space requirements as designated on attached example.
  • It is mandatory that janitorial services be included in the lease (lessor responsible for contracting these services). Be sure to review the attached janitorial guidance and ensure the costs of these services are included on the rental proposal works

CONTACT

Interested parties may contact Lihua ( Kelly) Chen at the U.S. Army Corps of Engineers, Arizona/Nevada Branch, Real Estate Office, 3636 N Central Ave, Ste 900, Phoenix, AZ 85012-1939; 626-701-4901; Lihua.chen@usace.army.mil, no later than 5:00 PM MST on 14 March 2025

Background
The U.S. Army Corps of Engineers, Los Angeles District, is seeking to lease retail space for an Armed Forces Career Center in El Centro, CA. The goal of the contract is to secure a full-service lease for a term not exceeding five years, with the option for government termination rights. The agency aims to provide adequate facilities that meet specific requirements for military recruitment activities.

Work Details
The contractor must provide a minimum of 2556.45 net/usable to a maximum of 3363.75 gross/rentable square feet of existing Class A or B retail space within specified boundaries. The offered space must meet government requirements and include:

- Primary and secondary points of ingress/egress.
- Lighted, non-exclusive or reserved on-site parking for four marked government-owned vehicles available 24/7, plus additional lighted parking for approximately 12 employee vehicles and visitors.
- Compliance with the Government Lease terms.
- Access for military services beyond normal working hours, including weekends and federal holidays.
- Location in areas compatible with Armed Forces Recruiting Facilities, avoiding proximity to sexually oriented businesses and establishments that may produce injurious odors.
- Submission of proposals must include building details, floor plans, construction bids, area measurements, rental rates, and any necessary authorization forms if acting on behalf of the owner.

Place of Performance
El Centro, California within defined delineated area boundaries.

Overview

Response Deadline
March 14, 2025, 8:00 p.m. EDT Past Due
Posted
Feb. 13, 2025, 6:21 p.m. EST
Set Aside
None
Place of Performance
El Centro, CA United States
Source
SAM

Current SBA Size Standard
$34 Million
Est. Level of Competition
Average
Est. Value Range
$255,645 - $336,375 (value based on agency estimated range)
Signs of Shaping
59% of similar contracts within the Department of the Army had a set-aside.
On 2/13/25 USACE Los Angeles District issued Solicitation DACA095240075400 for Retail Space to Lease – El Centro, CA due 3/14/25. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
LIHUA CHEN   Profile
Phone
(626) 701-4901

Documents

Posted documents for Solicitation DACA095240075400

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Solicitation DACA095240075400

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation DACA095240075400

Similar Active Opportunities

Open contract opportunities similar to Solicitation DACA095240075400

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > W075 ENDIST LOS ANGELES
FPDS Organization Code
2100-W912PL
Source Organization Code
100221424
Last Updated
March 15, 2025
Last Updated By
lihua.chen@usace.army.mil
Archive Date
March 14, 2025