Recruiting Station - Armed Forces Career Center - Saipan
ID: DACA845250001100Type: 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, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for a commercial retail storefront space ranging from 1,400 to 2,100 gross rentable square feet in Saipan, Northern Mariana Islands, for Armed Forces Recruiting office purposes. The lease will be a full-service agreement for a term of five years, requiring adequate parking for government vehicles and compliance with various operational and safety standards, including 24-hour access and communication infrastructure. Interested lessors must submit their proposals electronically by March 1, 2025, and ensure registration in the System for Award Management (SAM) prior to award. For further inquiries, contact Amy L. Capwell at amy.capwell@usace.army.mil or by phone at 808-835-4060.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Lease No. DACA845250001100 between a specified lessor and the U.S. Government, represented by the U.S. Army Corps of Engineers (USACE). It outlines the terms for leasing a property for government use, including the lease duration of five years, annual rental payments, and conditions for alterations and maintenance. Key provisions cover rent payment mechanisms, responsibilities of the lessor regarding property maintenance and compliance with building codes, and protocols for dealing with emergencies and damages. Additionally, the lease stipulates rights for termination and renewal, conditions for alterations, and requirements related to utilities and services. A comprehensive table of contents indicates thorough regulations that govern the agreement, including emergency repair obligations, compliance with laws, and specific construction standards. The document emphasizes the government’s right to inspect the property and requires lessor adherence to federal standards, ensuring safe and functional premises for government operations.
    This document outlines the general clauses applicable to the lease agreement between the government and the lessor, specifically referring to Lease No. DACA845250001100. It covers essential aspects such as subletting and assignment, successor obligations, maintenance responsibilities, compliance with laws, and conditions regarding the acceptance of space. Key clauses include provisions for subordination and non-disturbance, payment protocols, and regulations to ensure discrimination-free working environments, emphasizing equal opportunity and affirmative action. The lease emphasizes the government's rights to inspect the premises and hold the lessor accountable for maintenance and compliance with applicable laws. It ensures the government has recourse in the event of default by the lessor, with clauses detailing termination conditions for failures in service provision. Additionally, it includes stipulations on auditing rights, small business utilization, and subcontracting issues, reinforcing the government's commitment to transparency and compliance within federal contracting frameworks. Overall, this document serves as a comprehensive guide governing the procurement of leasehold interests in real property, ensuring both parties fulfill their contractual obligations responsibly.
    The USACE Recruiting Form 1364 outlines the proposal process for leasing space by governmental agencies. It includes detailed sections for describing the premises, including ownership, leasing agent information, and property specifics. Key metrics such as building size, occupancy rates, and costs related to rent, maintenance, and utilities are outlined, though many sections contain placeholders indicating that specific data needs to be filled in. The lease terms and conditions are summarized, emphasizing attachments required from the offeror, which include formal documentation of ownership, compliance with safety standards (asbestos, seismic, floodplain), and any unique conditions relevant to the lease. The form establishes an expectation that all terms agreed upon will align with government specifications and requirements. This document is an essential part of federal lease proposals, ensuring that both parties understand their responsibilities, the costs involved, and the necessary compliance with regulations. It emphasizes transparency and meticulous documentation throughout the lease proposal process.
    This document outlines the space requirements and life safety plans for Army and Marine Corps facilities, detailing the total net and gross spaces allocated for storage, office, and testing areas. The analysis indicates the total net space for the Army is 773 square feet, while the Marines require 710 square feet, with significant differences in gross space utilization. The document specifies travel distances within the facility, noting that the farthest points in storage, office, and exit locations are all approximately 66 feet from designated areas. Additionally, it identifies safety concerns and ensures compliance with established life safety plans for both branches. This structured approach is essential for maintaining safety standards while optimizing space usage, reflecting best practices in facility management as part of government RFPs and grants. The document emphasizes the importance of precise measurements and regulations in the planning and allocation of military workspaces.
    The document outlines the construction and security specifications for military recruiting facilities as part of a federal lease agreement. It specifies that each military service will adhere to unique standards while requiring prior approval from the Corps of Engineers (COE) for any deviations. The specifications prohibit the use of specific equipment from certain foreign sources and mandate written certification of compliance. Key deliverables include comprehensive architectural and engineering drawings, permits, and compliance with local and federal codes. The document also emphasizes energy efficiency standards and the integration of mechanical, electrical, and plumbing systems, including HVAC and plumbing requirements for restrooms. Interior finishes and materials must meet established guidelines, ensuring safety and durability. Essential elements include high-quality doors, windows, and electrical installations. The document stresses the importance of communication systems, security measures, and fire safety installations. These specifications exemplify the federal government's dedication to maintaining high standards in military facility construction, ensuring optimal functionality, security, and compliance with relevant laws and standards.
    The document details the "Recruiting Facilities Program" bid proposal worksheet used for construction projects within the U.S. Army Corps of Engineers (USACE). It outlines various construction categories including HVAC, plumbing, electrical, communications, safety and fire equipment, architectural finishes, signage, security systems, and more. Each category is numbered and priced at $1.00 per item, indicating that bidders must provide comprehensive details and pricing for each component outlined. Key instructions emphasize that all required information from the construction specifications must be included, and incomplete submissions may be rejected by USACE. The structure is organized into several sections with distinct categories to ensure completeness in the proposal. The document implicitly stresses the importance of adherence to safety and operational standards throughout the construction process, reflecting the government’s commitment to maintaining quality in facility renovations and new constructions. In summary, this bid proposal worksheet serves as a guide for contractors bidding on recruitment facilities, ensuring systematic and compliant submissions in the context of federal and military construction projects.
    The Janitorial Services Specifications/Requirements outline the standards and procedures for cleaning services at U.S. Army Corps of Engineers facilities. Tasks are scheduled for twice weekly, requiring presence from a Military Service Representative (MSR) during cleanings. The contractor must ensure cleaning occurs during designated hours and that environmentally friendly products are used for disinfection and maintenance. Key responsibilities include trash removal, vacuuming, disinfecting high-touch surfaces, restroom cleaning, and periodic services like carpet cleaning and HVAC maintenance. The document specifies thresholds for acceptable performance, quality control measures, and consequences for unsatisfactory services, such as payment deductions or potential termination of the contract. Additionally, clear guidelines on the required certification processes for contractors and employees, background investigation requirements, and quality assurance practices are outlined, ensuring compliance with federal standards. This framework aims to maintain cleanliness, safety, and functionality within government facilities while adhering to industry and environmental standards.
    The document outlines the janitorial services required for military facilities, specifying tasks to be performed on a regular schedule and the responsibility for maintaining cleanliness. Key services include vacuuming, damp mopping, restroom sanitation, carpet cleaning, and changing HVAC filters, with varying frequencies ranging from daily to annually. Contractors must use identification badges while on-site and are required to report completion with ratings for service quality. A structured checklist mandates thorough documentation of tasks, ensuring compliance with standards. This RFP is integral to maintaining hygiene and safety in government facilities, which reflects the federal commitment to fostering well-maintained environments essential for operational efficiency and health regulations adherence.
    The document serves as a Certificate of Authorization for corporate or LLC entities and partnerships, confirming the authority of individuals signing a lease on behalf of their organization. It outlines two sections, one for corporations/LLCs and another for partnerships. For corporations/LLCs, a designated Secretary or principal certifies that the signatory has the governing authority to bind the organization, with an official seal required. In the partnership section, a General Partner certifies that another General Partner has the authority to sign the lease based on the Partnership Agreement. The document requires the date and an official seal for validation. This certificate is essential in the context of government RFPs and grants, ensuring that proper authorization is in place when executing legal agreements related to these opportunities. Its structure promotes accountability and clarity regarding signatory powers within business organizations, a critical element in governmental and contractual dealings.
    The document is an Agency Agreement and Authorization for Property Manager to Act on Behalf of Owner, intended for lessors who lease property to the government. It certifies that the individual specified is the owner of the property and that their appointed agent has the legal authority to sign leases and manage all related obligations. The certification includes the ability to sign supplements, collect payments, oversee property maintenance, and release obligations tied to the lease. The signature of the owner validates this authority, ensuring that the lease terms are binding and that the agent can act fully on the owner’s behalf concerning the property leased to the government. This document is critical in formalizing the property management relationship in government contracts and adhering to federal requirements for lease agreements.
    The document outlines the seismic compliance requirements for federally leased buildings, detailing the process for Offerors to demonstrate adherence to the recommended seismic standards. It includes various forms (A-F) that must be completed pre- and post-award, wherein engineers confirm whether existing buildings meet the "Seismic Leasing Requirements" according to RP 8. Form A certifies compliance for benchmark buildings, while Form B assesses existing buildings against life safety performance levels. For building retrofits or new constructions, Forms C-E guide commitments and certifications related to compliance with seismic standards, requiring engineers’ evaluations, hazard assessments, and quality assurance plans. Additionally, Form D allows for exemptions under certain conditions such as building size and seismicity levels. The document serves to ensure the safety and structural integrity of leased government properties, supporting federal adherence to set engineering practices and regulations in various geographic areas.
    The US Army Corps of Engineers (USACE) has issued Request for Lease Proposals (RLP) No. DACA845250001100 for a fully-serviced lease in Saipan, with offers due by March 1, 2025, at 12 PM HST. The RLP outlines requirements for a space between 1,400 and 2,100 Gross Square Feet, including essential features such as 24-hour access, communication infrastructure, and lighted parking for government vehicles. The document specifies necessary qualifications for the property, including compliance with environmental regulations, seismic safety, and accessibility standards. Offerors must submit proposals using provided forms, showing pricing and terms, and must adhere to ongoing government compliance obligations involving historical preservation and environmental assessments. After evaluating the proposals, the government aims to award a lease based on best value, with factors including pricing and technical aspects. The RLP underscores the importance of efficient layouts and compliance with local, state, and federal regulations throughout the leasing process, ensuring that the Government’s requirements are fully met.
    Lifecycle
    Title
    Type
    Similar Opportunities
    General Services Administration (GSA) Seeks to Lease Space in Saipan, MP
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Saipan, Northern Mariana Islands, for a term of 15 years, with a firm commitment of 10 years. The required space must be a minimum of 3,977 square feet, located within a delineated area defined by specific geographic markers, and must include two reserved off-street parking spaces that meet accessibility standards. This procurement is essential for ensuring that federal services can be effectively delivered in the region, adhering to government requirements for safety, accessibility, and sustainability. Interested parties should submit their expressions of interest to Michael Cervantes at michael.cervantes@gsa.gov by February 23, 2025, with an estimated occupancy date of May 1, 2027.
    Army Recruiting Center Newport News, VA
    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 Newport News, Virginia. The Government requires a minimum of 2,400 to a maximum of 2,000 gross rentable square feet of space, with a full-service lease that includes base rent, common area maintenance (CAM), utilities, and janitorial services for a term of five years, along with non-exclusive parking for government vehicles available 24/7. This procurement is crucial for establishing a functional recruitment facility that meets specific operational and security standards, ensuring compliance with federal regulations and local building codes. Interested parties must submit their proposals by February 11, 2025, and can direct inquiries to Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871.
    DACA675260000600 - United States Army Corps of Engineers (USACE) seeks to lease approximately 3,564 gross square feet of retail space in Bellingham, 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 3,564 gross square feet of retail space in Bellingham, 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 layout efficiency. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that meets various safety and operational standards. Interested parties must submit their proposals electronically by February 28, 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- Hampton, VA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for an Armed Forces Recruiting Center in Hampton, Virginia. The requirement is for a commercial storefront space ranging from 3,000 to 3,500 gross rentable square feet, with a full-service lease that includes base rent, common area maintenance, utilities, and janitorial services for a term of five years. This facility will serve as a vital location for military recruitment efforts, necessitating compliance with various safety, environmental, and accessibility standards. Interested parties must submit their proposals by February 11, 2025, and can contact Marco T. Reasco at marco.t.reasco@usace.army.mil or by phone at 757-201-7871 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.
    OFFER TO LEASE APPROXIMATELY 1350 GROSS RENTABLE SQUARE FEET OF EXISTING SPACE IN UVALDE, TEXAS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking offers to lease approximately 1,350 gross rentable square feet of existing space in Uvalde, Texas, for a U.S. Marine Corps Recruiting Office. The lease is intended for a five-year term, with a minimum space requirement of 1,348 gross square feet and a maximum of 1,680 gross square feet, and includes a 30-day termination right for the Government after the first year. This facility will play a crucial role in supporting military recruitment efforts, ensuring accessibility and operational efficiency in a strategically chosen location. Interested parties must submit their initial offers by February 21, 2025, with best and final offers due by March 7, 2025. For further inquiries, contact Ashley Lee at ashley.a.kelley@usace.army.mil or call 817-886-1091.
    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.
    DACA675250018000 - United States Army Corps of Engineers (USACE) seeks to lease approximately 772 - 965 gross square feet of retail space in Roseburg, OR 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 772 to 965 gross square feet of retail space in Roseburg, Oregon, for an Armed Forces Career Center. The procurement aims to secure a fully serviced lease that includes base rent, utilities, and janitorial services for a term of five years, with specific requirements for location, accessibility, and compliance with safety and environmental standards. This facility will play a crucial role in military recruitment efforts, necessitating a prime retail location that is accessible and meets government specifications. Interested parties must submit their proposals electronically by February 14, 2025, and can direct inquiries to Matthew James or Ryan Maas at the provided contact information.
    Recruiting Station-Armed Forces Career Center-Jacksonville, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial retail space to serve as an Armed Forces Career Center in Jacksonville, Florida. The required space must range from 5,335 to 7,020 gross rentable square feet, with adequate parking for approximately eighteen government vehicles, and is intended to support military recruitment operations. This five-year lease will include all utilities and janitorial services, with proposals due by 11:59 PM on February 28, 2025, and must be submitted via email to Anthony Shoultz at anthony.a.shoultz@usace.army.mil. Interested parties are advised to review all attached documents thoroughly and ensure registration in the System for Award Management (SAM) prior to contract award.
    Recruiting Station - Army Career Center - St. Augustine, FL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as a Recruiting Station in St. Augustine, Florida. The required space must range from 2,067 to 2,720 gross rentable square feet and include specific features such as secured parking for five government vehicles, adequate parking for personnel, and high-speed data service connectivity. This facility is crucial for supporting military recruitment efforts and must comply with various federal regulations and safety standards. Interested parties should submit their completed Proposal to Lease Space form and associated documents to Anthony Shoultz at anthony.a.shoultz@usace.army.mil by 11:59 PM on March 4, 2025, with the selection process expected to conclude approximately 30 days after the proposal deadline.