Armed Forces Career Center - Burlington, North Carolina
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Jan 27, 2026. Industry: NAICS 5311 • PSC X1AA.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 5311
Description
The Savannah District, U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for approximately 1,300 – 1,500 gross rentable square feet of commercial retail space in Burlington, North Carolina, for Armed Forces Recruiting purposes. The delineated area is the 27215 zip code.
The U.S. Government, by and through USACE, seeks to occupy retail and related space under a lease, in the city and state specified above. The Government is seeking immediate space to an unplanned relocation. In making this determination, the Government will consider, among other things, the availability of alternative space that may potentially satisfy the Government's requirements, as well as cost likely to be incurred through relocating, replication of tenant improvements (initial alterations) and telecommunication infrastructure, non-productive agency downtime, and cost, including rent, related to executing a lease and occupying a space.
The Government’s preference is for a full-service lease to include base rent, CAM, utilities, and janitorial services for retail space to be used for Armed Forces Recruiting Purposes for a term of five (5) years with Government termination rights and location within the delineated area specified above. Non-exclusive parking for 5 government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Must use Government Lease.
The lease is for a Five (5) year term with Government termination rights Interested respondents may include building owners and representatives with the exclusive right to represent building owners. The Government will also consider temporary space, not to exceed 12 months, while the permanent space undergoes construction to satisfy the initial alterations requirements. Due to the number of responses, Representatives of building owners must include the exclusivity agreement granting the right to represent the building owner with any response to this advertisement. If you are not the lessor and do not have an exclusivity agreement dated prior to the date of this announcement please do not submit responses or questions related to this advertisement.
**Additional information regarding this solicitation will be provided by the primary and secondary contacts contained in this solicitation.
***Attached documents include:
Proposal to Lease
General Clauses and Addendum
Government Lease
**** Documents available upon request
Construction Specifications for Initial Alterations
Telecommunications Addendum (National Defense Authorization Act Compliance)
Janitorial Specifications
*****Solicitation for offer (SFO) Submission must include: Proposal to Lease Space Document (signed by lessor), Proposed Floor Plan, Initial Alterations Quote, and Exclusivity Agreement (if applicable)
NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.
ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation, or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The U.S. Army Corps of Engineers (USACE) is soliciting proposals for leasing 1,300 to 1,500 gross rentable square feet of retail space in Burlington, North Carolina, specifically for Armed Forces Recruiting purposes. The solicitation includes a significant emphasis on the Government's need for immediate space due to an unplanned relocation. Proposals must be submitted by January 27, 2026, with all necessary documentation including exclusivity agreements where applicable.
The buyer, USACE, aims to secure a lease for retail space to support Armed Forces recruiting activities within the designated 27215 zip code, addressing an urgent relocation need.
- Identify suitable retail spaces within the 27215 zip code.
- Secure necessary exclusivity agreements from building owners.
- Prepare proposals including required documentation and floor plans.
- Submit proposals by the specified deadline.
- Proposal to Lease Space Document (signed by lessor)
- Proposed Floor Plan
- Initial Alterations Quote
- Exclusivity Agreement (if applicable)
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Information on specific alterations required for the retail space.
- Clarification on any potential bonuses or incentives for early move-in.
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.