Closed Solicitation · DEPT OF DEFENSE

    DACA675250029100 - UNITED STATES ARMY CORPS OF ENGINEERS (USACE) SEEKS TO LEASE APPROXIMATELY 50 GROSS SQUARE FEET OF COMMUNICATION TOWER SPACE AT BEVERLY TOWER SITE, WA FOR OPERATION AND MAINTENANCE OF COMMUNICATION EQUIPMENT

    Sol. DACA675250029100SolicitationSEATTLE, WA
    Closed
    STATUS
    Closed
    closed Jul 1, 2025
    POSTED
    Jun 2, 2025
    Publication date
    NAICS CODE
    53119
    Primary industry classification
    PSC CODE
    X1BG
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 50 gross square feet of communication tower space at the Beverly Tower Site in Moses Lake, Washington, for a five-year term. Interested bidders must submit offers electronically by June 30, 2025, to the designated email. The lease should include base rent, CAM, and electricity, with specific requirements for access, security, and location. For further inquiries, contact the provided points of contact.

    Contract details

    Solicitation No.
    DACA675250029100
    Notice Type
    Solicitation
    Posted Date
    June 2, 2025
    Response Deadline
    July 1, 2025
    NAICS Code
    53119AI guide
    PSC / Class Code
    X1BG
    Issuing Office
    W071 ENDIST SEATTLE
    Primary Contact
    Kim La
    State
    WA
    ZIP Code
    98134-2329
    AI Product/Service
    service

    Description

    RLP PROCUREMENT SUMMARY/SOLICITATION – UNITED STATES ARMY CORPS OF ENGINEERS

    The U.S. Government, by and through United States Army Corps of Engineers (USACE), seeks to lease the following space:

    State: Washington

    City: Beverly Tower Site, Moses Lake

    Delineated Area:

    North: Moses Lake, WA
    South: Moses Lake, WA
    East: Moses Lake, WA
    West: Moses Lake, WA

    Gross Square Feet: 50

    Space Type: Communication Site

    Lease Term: 5 years (60 months)

    Address: U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388

    Email Address: cenwsre-rfp@usace.army.mil

    Real Estate Contracting Officer Thomas J. Seymour will be signing the lease for the Government.

    Electronic Offer Submission:

    Offers must be submitted electronically via email listed above. Offers are due on or before: June 30, 2025.

    Any questions regarding this solicitation may be directed to Primary or Secondary Points of Contact listed in the “Contact Information” section of this notice.

    The U.S. Government, by and through USACE, currently occupies a communication tower space and related space in a building under a lease in the city and state specified above, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease termination.

    The Government’s desire is for a lease to include base rent, CAM, and electricity for a communication tower space for a lease term of five (5) years, and termination rights for the Government and location within the delineated area specified above. Non-exclusive parking for government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include property owners and representatives with the exclusive right to represent property owners. Representatives of property owners must include the exclusivity granting the exclusive right to represent the building owner with their response to this advertisement.

    Additional Requirements:

    • 24-hour unrestricted access to Leased space.
    • The communication tower site should have a secure building where communication equipment may be stored, operated, and maintained.
    • Rights to use an access road to access the Leased space. 
    • Electricity must be provided.
    • Space should not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.
    • Space should not located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, marijuana dispensaries, or where there are tenants or invitees related to drug treatment or detention facilities.
    • Subleases are not acceptable.
    • Space configuration shall be conducive to an efficient layout. Considerations for an efficient layout include, but are not limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depts, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves, or offsets that will result in an inefficient use of space.
    • The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.
    • If space offered is above ground level, there must be elevator access.
    • The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 0800 to 1700 (excluding weekends and Federal holidays). 

    Additionally, offerors must review the attached documents which contain other Government leasing requirements:

    Request for Lease Proposals

    Exhibit A – Rental Proposal Worksheet, USACE Form 2020

    Exhibit B – U. S. Government Lease for Real Property, USACE Form 2030

    Exhibit C – General Clauses, USACE Form 2040 (GSA Template 3517)

    Exhibit D – SAM Representations and Certifications, USACE Form 2050

    Exhibit E – Certification of Authorization, USACE Form 2060

    Exhibit F – Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner, USACE Form 2070 (where applicable)

    To be responsive, your offer should be based on all the terms, conditions, and responsibilities expressed throughout the RLP and Lease and be submitted electronically. Please review the RLP and all attachments carefully paying particular attention to the solicitation requirements.

    The following forms must be completed, initialed, and/or signed and returned electronically with your initial offer. (Note: There may be other required forms. Refer to the enclosed RLP for details.)

    • Exhibit A – Rental Proposal Worksheet, USACE Form 1364
    • Exhibit D – SAM Representations and Certifications, GSA Form 3518 (if offeror is not registered in SAM at the time of the offer submission)
    • Exhibit E – Certification of Authorization, USACE Form 2060
    • Exhibit F – Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner, USACE Form 2070 (where applicable)
    • Evidence of ownership (warranty deed) or control of building or site.

    Please note that you are not required to initial and return the following documents at this time:

    • Request for Lease Proposal (RLP)
    • Exhibit B – U. S. Government Lease for Real Property, USACE Form 2030
    • Exhibit C – General Clauses, USACE Form 2040 (GSA Template 3517)

    Please review all the attached documents thoroughly to obtain a complete understanding of the Government’s requirements. One item of note in the General Clauses, GSA Template 3517, is the requirement to register in the System for Award Management (SAM) 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 at the time of lease award. Entities not currently registered in SAM are advised to start the registration process as soon as possible.

    After receipt of all proposals, conclusions of any discussions, and receipt of best and final offers, the Government will select a location based on the best value specified in the enclosed RLP. Past performance, if applicable, will also be taken into consideration. The selection is expected to occur approximately thirty (30) days following the initial proposal response date stated above. A Government market survey, appraisal, or value estimate will be conducted to determine fair market rental value.

    Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).

    Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.

    Funds may or may not be presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse offeror(s) for any cost.

    Key dates

    1. June 2, 2025Posted Date
    2. July 1, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    DACA675250029100 - UNITED STATES ARMY CORPS OF ENGINEERS (USACE) SEEKS TO LEASE APPROXIMATELY 50 GROSS SQUARE FEET OF COMMUNICATION TOWER SPACE AT BEVERLY TOWER SITE, WA FOR OPERATION AND MAINTENANCE OF COMMUNICATION EQUIPMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.