- 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
Lease for office space in Casper, WY - 1,140 - 1,425 Sq Ft Required
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: WY. Response deadline: Apr 17, 2026. Industry: NAICS 531120 • PSC X1PZ.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 531120 (last 12 months), benchmarked to sector 53.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 32 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 531120
Description
The U. S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for 1,140 – 1,425 square feet (useable) of retail/office space within the delineated area. Space will need to be capable of accommodating the floor plan requirements as shown on the attached template (including a secondary egress); have adequate parking (prefer it is sign designated) for _3_ Government-owned vehicles 24 hours a day/7 days a week, as well as adequate parking within 4 blocks for employee and customer vehicles; include daytime janitorial services; include adequate signage for maximum visibility; and lessor needs to secure three bids for the build-out of the space to meet the construction specifications provided. Sites that are located adjacent to adult entertainment shops (i.e. book stores, video stores, or theatres), night clubs/bars, methadone clinics, drug rehabilitation centers, marijuana/hemp dispensaries, medical marijuana dispensaries, gun shops, liquor stores, etc. could potentially be eliminated from competition as these are considered non-compatible businesses. Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission.
Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), a proposed floor plan and the construction bids for build-out meeting the construction specifications. Attached is a copy of the lease document, the general conditions, the construction specifications, the janitorial specifications, the rental proposal worksheet, instructions for System for Award Management (SAM) registration, and a floor plan template. Thoroughly review all documents and make sure that you agree to the terms presented. The government lease and the general conditions are standard and are for the most part is not negotiable and must be accepted as written and shown on the attached file. Review the construction specifications completely as they stipulate additional lessor responsibilities.
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), Securitech lock on secondary exit, 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 close 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 worksheet.
Leases are negotiated for a 5 year term but they include a clause stating the Government can terminate giving reasonable days’ notice. In order to incorporate firm term years, meaning the Government cannot get out of the lease for a specified period of time, we ask the lessor to provide a significant contribution towards the build-out costs. Five year firm term leases are generally not considered.
Following are the factors that will be considered when evaluating bids/offers:
- Location
- Ability to meet all construction specifications, security measures and lease requirements
- Complete initial and final offers must be received by defined deadline
- Competitive costs in the best interest of the government
- Qualitative ratings by client for mission
Initial offers are due no later than close of business on May 18, 2026 (45 calendar days from advertisement in BETA.SAM). You will receive feedback of your initial offer identifying missing items/weaknesses by May 22, 2022 (5 days after initial closing date). After receiving feedback, your best and final offer will be due no later than close of business on
June 1, 2026 (11 days after feedback provided).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.