Skip to content
Department of Defense

Retail Space to Lease - Los Angeles

Solicitation: DACA095260083000
Notice ID: a762933c29914197be520951706db1a1
TypeSolicitationNAICS 531120PSCX1AADepartmentDepartment of DefenseAgencyDept Of The ArmyStateCAPostedFeb 19, 2026, 12:00 AM UTCDueApr 21, 2026, 12:00 AM UTCCloses in 57 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 21, 2026. Industry: NAICS 531120 • PSC X1AA.

Market snapshot

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

12-month awarded value
$1,595,675,818
Sector total $1,653,287,284 • Share 96.5%
Live
Median
$1,753,928
P10–P90
$123,990$177,792,049
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
96.5%
share
Momentum (last 3 vs prior 3 buckets)
+5750%($1,542,039,480)
Deal sizing
$1,753,928 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 CA
Live POP
Place of performance
Los Angeles, California • 90037 United States
State: CA
Contracting office
Los Angeles, CA • 90017-3409 USA

Point of Contact

Name
Jaran Panichkul
Email
jaran.t.panichkul@usace.army.mil
Phone
2132225481

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTH PACIFIC • ENDIST LOS ANGELES • W075 ENDIST LOS ANGELES
Contracting Office Address
Los Angeles, CA
90017-3409 USA

More in NAICS 531120

Description

The Los Angeles District, U.S. Army Corps of Engineers is seeking to lease a minimum of  1200 net/usable to a maximum of 1610 gross/rentable square feet (gross square feet to include any common area factor), of existing Class A or B retail space, in  Los Angeles, CA, within the defined Delineated area (DA) boundaries below:

North  -- E. Jefferson Blvd.           

South  -- E Martin Luther King Jr. Blvd                     

East     –S. Figueroa Street

West   – Vermont Ave.

The Government’s desire is for a full-service lease of Retail space for an Armed Forces Career Center for a term not to exceed five (5) years with Government termination rights. 

Offered space must meet Government requirements per the terms of the Government Lease.  Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement, representation letter, listing contract or other executed agreement granting the exclusive right to represent the building owner with their response to this advertisement.   

Adequate mass transit (buses, trains, rail cars) for the public within three walking blocks is highly desired.

REQUIRED

  • Spaces MUST offer both a primary and a secondary point of ingress/egress.
  • Lighted, non-exclusive or reserved on-site parking for four 5 marked government owned vehicles must be provided for on 24 hours 7 days a week basis.  Additional lighted parking must be available during business hours, weekends and holidays, for approximately 5 employee vehicles and visitors/recruit candidate parking.
  • Must use the Government Lease.
  • The military services shall have the right to use space beyond normal working hours and, if required, on Saturdays, Sundays, and Federal holidays.  This includes the use of elevators, lights, toilet facilities, and, if necessary, heating and air conditioning.
  • Armed Forces Recruiting Facilities are only located in defined geographical areas that contain businesses and other establishments that are of a compatible nature.  Under no circumstances will be these facilities to be in areas where sexually oriented businesses, bars, nightclubs, liquor stores, smoke shops, marijuana dispensaries etc. or other business that produce injurious odors detectable with the leased spaces. Placement near these establishments can hamper overall production of the office or cause concern for the safety of the personnel stationed there and their visitors.
  • Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission.

Proposals are due no later than 5:00 pm (PST) on April 20th, 2026.

Responses should include:

  • Building name and address
  • As-built floor plan drawing
  • Digital photo of street view of property
  • Area (BOMA rentable square feet & BOMA usable square feet)
  • Rental rate per square foot rentable space to include (CAM, Taxes and insurance)
  • Common area factor(s) for available space, if applicable

Following are the factors that will be considered when evaluating bids/offers:

1. Location

2. Ability to meet all construction specifications, security measures and lease requirements

3. Complete initial and final offers must be received by defined deadline

4. Competitive costs in the best interest of the government

5. Qualitative ratings by client for mission

Additional Notes:

  • 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), 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 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 works

CONTACT

Interested parties may contact Jaran Panichkul at the U.S. Army Corps of Engineers, Los Angeles District, Real Estate Office, 915 Wilshire Blvd Suite 1109, Los Angeles, Ca, 90017; 805-598-3903; Jaran.T.Panichkul@usace.army.mil, no later than 5:00 PM PST on 04/20/2026.

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.