U.S. Army Corps of Engineers Seeking to Acquire Office Space
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE) is seeking Class A office space in Hoboken, Jersey City, or Newark, New Jersey, through a Request for Lease Proposals (RLP). This opportunity is for approximately 70,000 usable square feet to accommodate the North Atlantic Division (NAD) and New York District (NAN) offices. Offers are due by April 20, 2026, at 4:00 PM New York local time.
Purpose & Scope
USACE requires a fully serviced, turnkey lease for modern, well-maintained Class A office space. The lease will be for one year with nine one-year renewal options, with occupancy desired by August 1, 2026. The space must be within a 1,760-foot radius of specific PATH and NJ Transit stations, supporting the co-location and relocation of NAD (12,000 USF) and NAN (58,000 USF). There is no incumbent commercial lessor for this new requirement.
Key Requirements
The desired space should be second-generation, generally ready for immediate occupancy, and include 11 structured parking spaces. Potential roof space for antenna installation is also a consideration. The building must offer 24/7 accessibility, common spaces (conference rooms, break rooms), and proximity to public sidewalks, employee services, and interstate commuter rail. Compliance with accessibility, fire protection/life safety, and Energy Independence and Security Act (EISA) requirements (typically ENERGY STAR® label) is mandatory. The facility must be free of asbestos and hazardous conditions. Detailed agency preferences outline specific office layouts, systems (sound masking, AV), infrastructure, and amenities. Stringent minimum security requirements are specified, covering site, structure (blast/burglary resistance, MERV filters), facility entrance (PIV, screening), and security systems (VSS/CCTV, IDS, duress alarms). Secure rooms must meet specific construction and IDS/access control standards.
Contract Details
This is a fully serviced, turnkey lease where rent covers all Lessor costs, including upgrades, tenant improvements (TIs), operating costs, real estate taxes, janitorial services, security, emergency operations, and IT upgrades. The lease term commences no later than August 1, 2026. Award is planned for Quarter 3 of fiscal year 2026, likely June. Federal law prohibits the Agency from agreeing to termination penalties.
Submission & Evaluation
Proposals are due electronically via Smartsheet by April 20, 2026, at 4:00 PM New York local time. Evaluation will follow a best-value tradeoff process, considering Price (Factor 1) and technical factors such as Quality and Condition of the Space, Connection to Public Transit, Area Safety and Security, Neighborhood Amenities, Project Schedule, and Past Performance. Offerors may submit up to two offers per location. An active SAM.gov registration is required prior to award.
Important Notes
An amendment updated the Alternate Government Contact to Stephen Brown (CENANRERLP@USACE.ARMY.MIL) and clarified that "agency requirements" are now "agency preferences." A site visit was scheduled for April 2, 2026, with interest due by March 31, 2026. Offerors must utilize forms like GSA Form 1364 (Proposal to Lease Space) and GSA Form 1217 (Lessor's Annual Cost Statement). Proof of ownership is required, and "as is" space is acceptable if it meets requirements.