Skip to content
Department of Defense

USACE Mobile District Request for Lease Proposal (RLP), REDSTONE ARSENAL, HUNTSVILLE, AL

Solicitation: W9127826L3001
Notice ID: 3a7bec10baa94c2389a915ef8561b353
TypeCombined Synopsis SolicitationNAICS 531120PSCX1AASet-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedFeb 24, 2026, 12:00 AM UTCDueMar 10, 2026, 08:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Mar 10, 2026. Industry: NAICS 531120 • PSC X1AA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W9127826L3001. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.

12-month awarded value
$1,633,741,739
Sector total $1,691,936,224 • Share 96.6%
Live
Median
$1,179,695
P10–P90
$173,586$107,649,069
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.6%
share
Momentum (last 3 vs prior 3 buckets)
+5892%($1,580,105,401)
Deal sizing
$1,179,695 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Huntsville, Alabama • 35808 United States
State: AL
Contracting office
Mobile, AL • 36602-3630 USA

Point of Contact

Name
Donovan Knight
Email
donovan.d.knight@usace.army.mil
Phone
(251) 509-6685
Name
Miya Adams
Email
miya.a.adams@usace.army.mil
Phone
2512220248

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTH ATLANTIC • ENDIST MOBILE • W074 ENDIST MOBILE
Contracting Office Address
Mobile, AL
36602-3630 USA

More in NAICS 531120

Description

**POC: Donovan D. Knight at Donovan.D.Knight@usace.army.mil and Miya Adams, Miya.A.Adams@usace.army.mil.**

A. The U. S. Army Corps of Engineers, Mobile District, is requesting to lease approximately 120,000 square feet of rentable class A space that meets force protection security requirements in Huntsville, Alabama no more than five miles from Gate 9, Redstone Arsenal or immediately inside of Gate 9 at Red Arsenal. Requested space must be fully serviced and in a building that can either be customized or built to suit. The Government agency MUST be sole occupant of leased space. The term required is one (1) year firm with ten (10) option years. Upon Acceptance, the Lease Term Commencement Date shall be on or before 1 January 2028. The Commencement Date shall not go beyond 1 January 2028. Offers submitted can be for either:

                        1. An existing structure to be modified to meet the specific needs of a class A facility by the requisite due date.

                  OR

                         1. Class A structure to be built to the specific needs and delivered by the requisite date.

B. The facility shall be a Class A, modern Building of sound and substantial construction of stone, brick, stainless steel, aluminum, or other permanent materials in good condition and acceptable to the Real Estate Contracting Officer (RECO). If not a new Building, the Space offered shall be in a building that has undergone, or will have completed by occupancy date, modernization, or adaptive reuse for the Space with modern conveniences and still classified as Class A.

C. The Government requires a minimum of 460 surface/outside parking spaces to include a fenced parking area. Additional information can be found within the agency requirements (Exhibit D). These spaces must be in accordance with the Security Requirements set forth in the Lease. Government parking must be within a reasonable walking distance of no more than four blocks from the facility. Offerors should include the cost of parking as part of the proposal to lease space.

D. The lease term shall be 1 year firm with (10) option years, with Government termination rights, in whole or in part, effective at any time after the Firm Term of the Lease by providing not less than 120 days written notice to the Lessor. The Government will exercise each option year by providing the Lessor no less than 120 days’ notice prior to the expiration of firm term period or expiration of an option year.

E. Bid must be valid for 60 days

***All submissions must be in compliance with the attached documents.***

**POC: Donovan D. Knight at Donovan.D.Knight@usace.army.mil and Miya Adams, Miya.A.Adams@usace.army.mil.**

Notes to Bidders:

A. Request for Information (RFI): Any questions pertaining to this Solicitation must be submitted in writing to: Donovan D. Knight at Donovan.D.Knight@usace.army.mil and Miya Adams, Miya.A.Adams@usace.army.mil. The Government will not respond to inquiries made in any other manner (e.g., phone or facsimile, etc.). Oral exchanges between Offerors and the Government prior to award of the lease will not be binding. All inquiries regarding this Solicitation must be submitted no later than March 5, 2026, by 12:00 pm (CST) to allow for a response by the Government. All inquiries and responses will be provided to all Offerors after having been processed by the technical team. Any information necessary to the submittal of offers concerning this solicitation will be furnished to all Offerors as an amendment to the solicitation.

B. SAM Registration: Offerors must be currently registered in the System for Award Management database (www.sam.gov) and provide proof of registration with the bid.

C. Lease: The Lease (Exhibit A) must be fully completed, initialed, and signed where indicated. THE LEASE MAY NOT BE AMENDED IN ANY WAY without negotiation and approval. Non-approved alterations to the Lease will nullify the document and the offer will be considered unresponsive and non-awardable. The lease document attached to this Solicitation sets forth the lease term and other terms and conditions of the Lease contemplated by this RLP on which Offerors shall submit offered rent and other price data, together with required information and submissions. The Lease paragraph titled “Definitions and General Terms” shall apply to the terms of this RLP.

D. Pricing: This is to be a full-service lease and all services (e.g. janitorial, ground maintenance, furniture, etc.) are required under this Solicitation. Offerors shall include costs for any services in their submitted offers.

E. Additional Pricing Information: The Offeror shall submit a price breakdown of the submitted price with your offer.

F. Submission: Bid shall be due by 3:00pm (CST) on March 10, 2026. No late submissions will be considered. Offeror shall prepare a complete offer, using the forms provided with this RLP, and submit the completed lease proposal package to the Government as indicated: Donovan Knight Donovan.D.Knight@usace.army.mil and Miya Adams, Miya.A.Adams@usace.army.mil.

G. Award: Award will be made upon the Government’s acceptance of the submitted offer and Offeror’s fully executed lease acknowledging the terms and conditions of the lease. The final executed lease agreement between the successful Offeror and the Government will be comprised of the accepted offer, the executed lease in its entirety, the solicitation, and all attachments.

-- END --

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.