Recruiting Station-Navy Career center, Kailua-Kona, Hawaii
ID: DACA845250001500Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST HONOLULUFORT SHAFTER, HI, 96858-5440, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for leasing a property to serve as a Recruiting Station-Navy Career Center in Kailua-Kona, Hawaii. The procurement involves providing a suitable office space that meets specific construction, safety, and operational requirements, including compliance with federal, state, and local codes, as well as environmental standards. This facility is crucial for supporting military recruitment efforts and ensuring a functional environment for military personnel. Interested parties should contact Amy L. Capwell at amy.capwell@usace.army.mil or call 808-835-4060 for further details regarding the proposal process and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Lease No. DACA845250001500, establishing a leasing agreement between the U.S. Army Corps of Engineers (USACE) and the Lessor for a government property. The primary purpose of the lease is to provide a specified space for government operations, detailing terms such as lease duration, rental payments, and maintenance responsibilities. The lease runs for an initial term of five years, starting upon acceptance of the premises, with provisions for termination by the Government with appropriate notice. Key components include the Lessor's obligation to provide tenantable premises conforming to applicable regulations and codes, maintain utilities, and ensure reliable HVAC systems. The lease stipulates the need for regular inspections, emergency repair protocols, and adherence to safety and accessibility standards. It also outlines provisions for alterations requested by the Government, including responsibilities for costs and scheduling. Included within the document are a series of mandatory exhibits detailing construction specifications and operational standards to ensure compliance with local laws. The lease emphasizes the importance of maintaining government occupancy requirements and performance measures to safeguard against defaults and ensure continuous service availability. This comprehensive agreement reflects adherence to federal standards and regulations governing property leasing within governmental contexts.
    The document outlines the terms of a lease agreement (LEASE NO. DACA845250001500) between a designated Lessor and the U.S. Army Corps of Engineers (USACE) for federal use. The lease grants the Government exclusive access to a specified property for five years, pending acceptance and compliance with construction specifications. Key terms include the Government's obligation to provide rental payments contingent on appropriated funds and detailed responsibilities for maintenance, utilities, and alterations required by the Government. The lease emphasizes the Lessor’s responsibilities for tenantable conditions, compliance with safety regulations, and provision of essential services. Furthermore, it includes provisions for termination rights, maintenance of fire and safety systems, and adherence to legal standards. The document also addresses alterations requested by the Government and establishes protocols for emergencies and repairs. Overall, this lease serves governmental purposes, ensuring that the U.S. Army Corps of Engineers can efficiently utilize the premises in accordance with federal standards and regulations, reflecting the structured process inherent in government RFPs and contracts. The comprehensive allocations of responsibilities are designed to ensure seamless operational functionality for federal activities.
    The government document outlines the general clauses for a lease agreement (LEASE NO. DACA845250001500) between the government and a lessor, specifically detailing the acquisition of leasehold interests in real property. It includes provisions for subletting and assignment, default conditions, maintenance responsibilities, and compliance with applicable laws. Essential clauses govern issues like successors, non-disturbance, and the government's rights in case of property damage or casualty. The document articulates the mutual obligations of both parties, emphasizing that the government may occupy leased premises incrementally and maintain rights to inspect the property for compliance with lease terms. Additionally, it stipulates requirements for contractors regarding equal opportunity, veteran employment reporting, and maintaining a drug-free workplace, among others. The comprehensive nature of these clauses ensures legal protection and clarity of expectations for both the government and the lessor, while also affirming adherence to federal regulations in leasing practices. Overall, this document serves as a framework for leasing federal property, showcasing the government's structured approach to securing lease agreements.
    The USACE Recruiting Form 1364 outlines the proposal process for leasing space by federal agencies. It includes detailed sections on property descriptions, offered space metrics, and financial responsibilities. The form solicits information on building specifications, occupancy ratios, costs associated with leasing, maintenance, and additional operating charges like utility costs. Key terms and conditions are clarified, including the duration of lease agreements, government cancellation rights, and requirements for building safety, accessibility, and environmental compliance. Furthermore, the proposal calls for documentation proving ownership and authority related to the property, seismic safety compliance, and the presence of any asbestos-containing materials. It emphasizes the government's expectations regarding space alterations to meet specific needs. Overall, this form serves as a comprehensive structure for organizations to submit proposals for government-leased properties while ensuring all legal and safety standards are upheld, thus facilitating a transparent leasing process.
    The document outlines the floor plan and layout details for the Navy Buildout Project at the Mossooi Business Center, Unit 204, in Ottoville, American Samoa. It includes specifications for various rooms, such as an exam room, storage room, and security room, along with their respective square footage. Additionally, it addresses installation plans for data and power outlets, CCTV systems, and air conditioning units, stressing the need for adequate coverage and equipment placement. Key elements include the configuration of wiring, placement of a 42-inch monitor, and the inclusion of voice over IP (VoIP) outlets. The document is structured as a series of drawings and proposed changes requiring approval from Navy Recruitment, with annotations and questions regarding the adequacy of installations. The emphasis is on ensuring that the office space meets the operational needs of the Navy while adhering to construction specifications. The purpose of this file is to facilitate the renovation and operational setup of Navy offices under federal guidelines, reflecting ongoing efforts to improve governmental facilities while ensuring modern technological standards are met for efficiency and security. Overall, it captures essential logistical details pertinent to the construction and design phases of the project.
    The document outlines the construction and security specifications for military recruiting facilities, focusing on compliance with federal, state, and local codes. It emphasizes the necessity for prior approval from the Corps of Engineers (COE) for any deviations from approved designs or specifications. The document prohibits the use of specific telecommunications and security technologies from specified foreign entities, requiring contractors to certify the origins of their materials. Key deliverables include the submission of architectural and engineering drawings, compliance with energy efficiency and sustainability standards, and careful construction of HVAC, plumbing, electrical, and communication systems tailored to military requirements. Safety measures address emergency egress, fire detection, interior finishes, and restroom facilities. The specifications include detailed guidelines on mechanical systems, plumbing, electrical distribution, and the structural integrity of the premises. The final design must ensure a safe, functional environment for military recruiters while adhering to stringent security and quality guidelines, reflecting the government's commitment to maintaining standards across its facilities.
    The Recruiting Facilities Program outlines a bid proposal worksheet detailing construction specifications required for facility upgrades. This comprehensive document lists various categories such as HVAC, plumbing, electrical, communications, safety equipment, and architectural finishes, alongside specific items and estimated costs. Each category includes essential elements like general services, restroom fixtures, interior and exterior lighting, and security systems, with instructions emphasizing the necessity for completeness. The document mandates that all bids must adhere to the specifications provided by the U.S. Army Corps of Engineers (USACE) and highlights that incomplete proposals may face rejection. Designed for federal procurement, this guide ensures that contractors understand the granular requirements for bidding on government construction projects, reflecting a systematic approach to facility modernization.
    The document outlines specifications for janitorial services required by the U.S. Army Corps of Engineers for leased facilities. The contractor will provide cleaning twice a week, adhering to strict schedules and protocols, including the presence of a Military Service Representative (MSR) during cleaning times. Key services include trash removal, vacuuming, high-touch surface disinfection, and restroom sanitation, utilizing environmentally friendly products and methods outlined in a detailed service checklist. Performance evaluations, including Quality Control Programs and regular inspections, are mandated to ensure compliance with these standards. The document emphasizes the responsibilities of the contractor, such as managing staff qualified in commercial cleaning, and the importance of timely service execution to avoid disruptions to government functions. Background checks for all cleaning personnel and identification requirements are stressed to maintain security in federal facilities. Additionally, payment deductions for unsatisfactory performance are outlined, providing the government with mechanisms to ensure service quality. The overall goal is to maintain a clean, sanitary environment in accordance with federal regulations and to preserve the functionality of the facilities.
    The document outlines a Certificate of Authorization for a corporation or LLC named as the Lessor in an attached lease agreement. It includes two main sections: one for corporate/LLC certification and another for partnership certification. Each section requires a designated individual to certify their authority to bind the corporation or partnership by virtue of their title and placement within the governing structure. The corporate section specifies that the individual signing the lease must do so with the authority granted by the governing body of the corporation or LLC. Conversely, the partnership section requires that both listed General Partners confirm their ability to enter into the lease on behalf of the partnership. The document's structure and purpose highlight the necessity for verification of authority in legal agreements, essential in the context of government RFPs and grants where formal agreements are standard practice.
    The document is an Agency Agreement/Authorization for a Property Manager to act on behalf of the owner concerning a lease to the Government. The Lessor certifies their ownership of a specified property and designates an agent who is legally authorized to manage the lease, including signing agreements, collecting payments, and addressing maintenance issues. The document confirms the agent’s power to act on behalf of the owner in all lease-related matters, ensuring seamless communication and operations between the owner and the Government. Proper completion of this certificate is critical for establishing legitimacy and authorizing the agent's actions under the Property Management Agreement. This agreement is particularly relevant in the context of federal RFPs and grants, ensuring that proper ownership and representation are in place when entering into leases with government entities.
    The document outlines the seismic compliance requirements for federally leased buildings, specifying the necessary forms and procedures for both pre-award and post-award submissions. It introduces six seismic forms (A-F) that offer guidance on evaluating compliance with the "Seismic Leasing Requirements" as outlined by RP 8. Form A certifies benchmark buildings, while Form B assesses existing buildings for life safety. Form C involves commitments for retrofitting or new construction, including engineer engagement and design code adherence. Form D allows for claiming exemptions under specific criteria, while Forms E and F handle post-award compliance certification for retrofitted and new buildings, respectively. All forms require corroborating documentation from a licensed civil or structural engineer. The emphasis on detailed certifications and evaluations reflects the government’s commitment to ensuring life-safety and structural integrity in leased properties, guiding Offerors through the complex submission process for compliance with federal seismic standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Retail Space to Lease - Oxnard, Ca
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for leasing retail space in Oxnard, California, to establish an Armed Forces Career Center. The procurement requires compliance with various construction and security specifications, including energy efficiency, accessibility, and adherence to federal, state, and local codes, ensuring the facility meets operational standards and safety measures. This initiative is crucial for enhancing military recruitment efforts in the region, providing a dedicated space for potential recruits. Interested parties should contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or call 213-222-5481 for further details on the proposal submission process.
    Navy Career Center - Garden City, New York
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the leasing or rental of office buildings for the Navy Career Center located in Garden City, New York. This presolicitation opportunity aims to secure suitable office space that meets the operational needs of the Navy Career Center, which plays a crucial role in recruitment and support for naval personnel. Interested vendors should note that the primary contact for this opportunity is Courtney McCathern, who can be reached at COURTNEY.MCCATHERN@USACE.ARMY.MIL or by phone at 917-612-8042 for further inquiries. Additional details regarding the timeline and specific requirements will be provided in the forthcoming solicitation.
    Recruiting Station - Armed Forces Career Center - Miami, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space to serve as an Armed Forces Career Center in Miami, Florida. The requirements include a space ranging from 4,335 to 6,265 gross rentable square feet, with adequate parking for approximately seventeen government vehicles, and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting military recruitment efforts and must comply with various construction and operational standards, including security measures and accessibility requirements. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, to John Jensvold at john.m.jensvold@usace.army.mil by 11:59 PM on March 7, 2025, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Recruiting Station - Navy Career Center - Jacksonville, Florida
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the lease of a facility to serve as a Navy Career Center in Jacksonville, Florida. The facility must meet specific space requirements ranging from 8,367 to 11,185 square feet, including secure parking for government vehicles, private offices, a conference room, and necessary support spaces, all while adhering to stringent construction and security specifications mandated by federal standards. This procurement is crucial for establishing a functional and secure environment for military recruiting operations, ensuring compliance with safety and operational regulations. Interested parties should contact Anthony Shoultz at Anthony.A.Shoultz@usace.army.mil or call 904-314-6187 for further details regarding the solicitation process.
    Army Recruiting Center, Hampton, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a fully serviced lease for the Army Recruiting Center located in Hampton, Virginia. The procurement seeks approximately 1,400 Gross Square Feet of office space, with specific requirements for amenities such as 24-hour access, communication infrastructure, and adequate parking, while ensuring compliance with federal regulations and environmental standards. This opportunity is crucial for supporting the operational needs of the Army in the region, and proposals are due by March 21, 2025. Interested parties should contact Marco T. Reasco at marco.t.reasco@usace.army.mil or call 757-201-7871 for further details.
    DACA675260000200-United States Army Corps of Engineers (USACE) seeks to lease approximately 7,016-9,233 gross square feet of retail space in Tukwila, WA for an Armed Forces Recruiting Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 7,016 to 9,233 gross square feet of retail space in Tukwila, WA, for an Armed Forces Recruiting Center. The procurement aims to secure a fully serviced lease that includes essential features such as 24-hour access, adequate parking for 25 government vehicles, and necessary communications infrastructure. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency for recruiting personnel. Interested lessors must submit their proposals by January 31, 2025, and can direct inquiries to Jessica Butko at jessica.L.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    DACA675260000800 - United States Army Corps of Engineers (USACE) seeks to lease approximately 4,504 gross square feet of retail space in Everett, WA for an Armed Forces Career Center (Military Recruiting Office)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 4,504 gross square feet of retail space in Everett, Washington, for an Armed Forces Career Center. The lease will be for a full term of 60 months and must include base rent, common area maintenance, utilities, and janitorial services, with specific requirements for location, accessibility, and compliance with safety standards. This facility will play a crucial role in military recruitment efforts, necessitating a professional office setting that meets various operational and security specifications. Interested parties must submit their proposals electronically by March 31, 2025, and can direct inquiries to Donna Seals at donna.k.seals@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil.
    Armed Forces Recruiting Center, Norfolk, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 5,500 Gross Square Feet of fully-serviced office space in Norfolk, Virginia. The procurement aims to secure a facility that meets specific requirements related to accessibility, fire safety, and environmental compliance, while adhering to local, state, and federal regulations. This opportunity is critical for supporting the operational needs of the Army, ensuring a suitable environment for its personnel. Interested parties must submit their proposals by March 21, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.
    DACA675260000400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,500 gross square feet of office space in Hayden, ID for a USACE Recruiting Office
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,500 gross square feet of office space in Hayden, Idaho, for a USACE Recruiting Office. The procurement requires a fully serviced lease that includes specific features such as 24-hour access, communication infrastructure, and adequate parking for government vehicles. This office space is crucial for supporting military recruitment efforts and ensuring operational efficiency within the region. Interested parties must submit their proposals by March 13, 2025, and can direct inquiries to Colin Loberg at colin.g.loberg@usace.army.mil or Rora Oh at Rora.Oh@usace.army.mil for further details.
    Retail Space to Lease - Ventura, Ca
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a fully-serviced lease of approximately 5,724 Gross Square Feet of retail space in Ventura, California, with a minimum of 5,154 Net Square Feet. The lease is intended for a military recruiting facility and requires compliance with various safety, accessibility, and environmental standards, including a focus on energy efficiency and sustainable practices. This opportunity is critical for establishing secure and efficient military recruiting offices, ensuring that the facility meets the operational needs of the armed forces. Proposals are due by March 14, 2025, at 4 PM PDT, and interested parties can contact Jaran Panichkul at jaran.t.panichkul@usace.army.mil or by phone at 213-222-5481 for further information.