Anchorage Air Force Hub Recruiting Office
ID: DACA855260000100Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2026, 7:59 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 12, 2025, 10:04 PM UTC
The U.S. Government Lease No. DACAXX5XXXXXXXXX pertains to the leasing of space for the Department of Defense's Joint Recruiting Facilities Program. It establishes terms between the Lessor and the Government (through the U.S. Army Corps of Engineers) for the occupancy of specifically designated premises. The lease outlines critical components such as the term duration—typically up to five years—the governing laws, the payment structure for rent, and responsibilities for maintenance and repairs. Key provisions include the Lessor's obligation to provide tenantable premises compliant with building codes, provision of utilities, and maintenance of common areas. It stipulates conditions for emergency repairs, termination rights, and renewal options. The lease also addresses compliance with federal, state, and local regulations, and the proper handling of hazardous materials and structural changes necessary to adapt the space for government use. Ultimately, this lease serves as a comprehensive legal framework ensuring the Government's needs are met effectively while outlining Lessor obligations, mitigating risks, and ensuring compliance in leasing arrangements for military recruitment purposes.
Mar 12, 2025, 10:04 PM UTC
The GSA Form 3517B outlines clauses governing leases concerning the acquisition of leasehold interests in real property. Key topics include subletting, successors, maintenance obligations, payment terms, and compliance with laws. The document details the responsibilities of both the lessor and the government regarding property maintenance, inspection rights, inspection and acceptance processes, and default conditions. Important clauses include provisions for subletting and assignment without releasing the government from obligations, the lessee's rights to make alterations, and requirements for maintaining the property to applicable safety and compliance standards. Payment guidelines specify monthly payments, invoice submission requirements, and timelines for processing payments, with provisions for adjusting amounts in cases of under-delivered space. Additionally, labor standards, ethical conduct requirements, and compliance with the anti-kickback procedures are stipulated. This document serves as a foundational legal framework ensuring responsibilities and rights for the parties involved in real property leasing under federal regulations, reinforcing the importance of adherence to applicable legislation and ethical standards in government contracts.
The USACE Recruiting Form 1364 is a proposal document for leasing space, detailing the necessary information required from potential lessors. It is structured into five sections. Section I captures the premises' basic details, including the property's name, ownership, leasing agent, and specific dimensions. Section II outlines space size and costs, indicating various operating expenses such as rent, maintenance, utilities, and associated fees, although these values are currently listed as placeholders or zero. Section III covers lease terms, including attachments needed for a complete offer and considerations for government rights, while Section IV requires evidence of the offeror’s property interest and compliance with safety and accessibility standards. Section V focuses on owner identification and certification. Key compliance criteria relate to building safety, asbestos presence, seismic safety, and flood risk assessment. The overall goal is to lease premises that meet U.S. government standards and specifications. The document is integral to the federal leasing process, emphasizing thorough evaluation for health, safety, and operational efficiency within government properties.
The document outlines construction and security specifications for military recruiting facilities as part of a federal government project. Key standards include adherence to specific architectural, electrical, plumbing, and HVAC requirements, ensuring facilities meet federal, state, and local building codes. Contractors are prohibited from using telecommunications equipment from specified entities due to security concerns. Lessor responsibilities encompass obtaining necessary permits, coordinating plans with the Corps of Engineers (COE), and ensuring all submitted designs—such as drawings and engineering plans—comply with security and operational standards. Interior specifications detail requirements for mechanical systems, restrooms, lighting, and materials, emphasizing energy efficiency and safety. Security measures include monitoring systems, exits, and fire safety equipment. The document serves as a comprehensive guide for contractors, delineating expectations to foster effective and secure military recruitment environments.
The Recruiting Facilities Program outlines a bid proposal worksheet designed for contractors proposing construction services for military facilities. It specifies various categories for required work, including HVAC, plumbing, electrical, communications, safety equipment, and architectural finishes. Each category details specific necessary items, such as restrooms, lighting, ceiling finishes, and security systems, along with quantities required and comments space. The document emphasizes the importance of fulfilling all federal construction specifications as mandated by the U.S. Army Corps of Engineers (USACE), noting that incomplete proposals may lead to rejection. Moreover, it mandates that all items must be defined clearly, including any additional or other items not specified in the listed categories. The total estimated cost to complete the proposal is presented simply, but the details suggest a structured approach to developing various facility components. This worksheet is a critical tool in federal contracting, ensuring compliance and detailed planning in military construction projects.
Mar 12, 2025, 10:04 PM UTC
The document outlines the specifications and requirements for janitorial services aimed at maintaining cleanliness in U.S. Army Corps of Engineers leased facilities. The primary objective is to ensure a high standard of cleanliness through defined schedules for cleaning services, including two or three times a week depending on facility size. Key directives emphasize that cleaning must occur during designated hours, with a Military Service Representative (MSR) present to oversee operations and access security measures. The services encompass general tasks such as trash removal, vacuuming, dusting, bathroom sanitation, and periodic carpet cleaning, with strict guidelines on the use of environmentally friendly cleaning supplies. A quality control program ensures continuous assessment of service standards, with performance evaluations determining acceptable service levels. Monthly inspections are mandated to record service completion, and the contractor is required to maintain comprehensive documentation of cleaning activities. Non-compliance, such as poor performance or no-shows, could result in payment deductions or contract termination. Overall, the document serves as a critical framework for ensuring operational cleanliness, safety, and adherence to government standards within military facilities.
The document consists of certification templates for a Certificate of Authorization, applicable to both corporations and partnerships engaged as Lessors in lease agreements. It provides a framework for the signatories, including a corporate secretary or a general partner, to assert their authority in signing the lease on behalf of their organization or partnership. The corporate section specifies the role of the individual certifying the authority and confirms the legitimacy of the lease execution as per corporate powers. Similarly, the partnership section requires a declaration by one general partner, confirming the authority of another partner to bind the partnership in the lease agreement. Both sections highlight the requirement for acknowledgment by affixing a seal and including the date of certification. The primary purpose of the document is to formalize and validate the authority of signatory parties in lease transactions relevant to government RFPs, federal grants, and state/local RFPs, ensuring compliance with legal and organizational frameworks.
This document serves as an Agency Agreement or Authorization for a Property Manager to act on behalf of the property owner (Lessor) in leasing property to the government. The owner confirms their identity and the location of the property being leased. They designate an authorized agent empowered to sign the lease, handle financial matters, maintain the property, and manage any lease-related obligations on their behalf. The document must be signed by the owner, confirming the authority of the appointed agent. Overall, it is a formal certification ensuring clarity of roles and responsibilities between the property owner and their agent in the leasing process, critical in the context of government RFPs and agreements. This authorization is necessary to establish legal accountability and streamline communications for leasing agreements with governmental entities.
The Lessor's Annual Cost Statement is a government document essential for leasing space, specifically under the General Services Administration (GSA) guidelines. It requires property owners to estimate the annual costs associated with services and utilities provided as part of the rental agreement. The form consists of multiple sections, with Section I detailing costs related to cleaning, heating, electrical, plumbing, air conditioning, elevators, and miscellaneous expenses. It instructs lessors to provide a comprehensive breakdown of costs for the entire building and the area leased to the government. Section II focuses on ownership costs exclusive of capital charges, which encompass real estate taxes, insurance, maintenance expenses, and other administrative costs. The document aims to ensure that lease proposals are consistent with prevailing market rates and assists the government in evaluating fair market value for leased spaces. The lessor must certify the accuracy of the submitted estimates, thereby emphasizing transparency and accountability in rental agreements. Overall, this statement supports the government's leasing process by detailing operational and ownership costs associated with the property.
The document pertains to the GSA FORM 3518-SAM, which outlines the representations and certifications required from offerors for leasehold acquisitions. It emphasizes the roles and responsibilities of the "Offeror," who must be the property owner, and addresses various legal and procedural requirements. Key topics include the North American Industry Classification System (NAICS) codes relevant to property types, small business size standards, and the necessity for registration in the System for Award Management (SAM). Additionally, the document mandates the offeror to disclose any unpaid federal tax liabilities or felony convictions within the past 24 months, ensuring accountability and compliance within federal contracting. It requires the provision of a DUNS number, which can be obtained through designated channels. The overall purpose of this form is to facilitate transparency and integrity in government contracting, particularly concerning real property leases, while adhering to financial and legal stipulations essential for potential contractors. The document's structure includes sections for representations, certifications, and necessary identifying information for the offeror.
Mar 12, 2025, 10:04 PM UTC
The government document outlines a Request for Lease Proposals (RLP No. DACA855260000100) from the U.S. Army Corps of Engineers (USACE) aimed at acquiring approximately 1800 Gross Square Feet of fully-serviced office space in North Anchorage, AK, with proposals due by April 11, 2025. The RLP specifies the lease requirements, including a minimum of 1616 Net Square Feet, 24-hour access, essential communication infrastructure, and adequate parking for government vehicles. It emphasizes compliance with various regulations related to environmental assessments, accessibility, fire safety, and asbestos management. Proposals will be evaluated on price and technical factors, including location, neighborhood quality, building accessibility, and overall appearance. The document stresses the importance of submitting a thorough offer and details procedures for modifications and revisions, indicating that the government reserves the right to reject any proposal not aligned with the stated conditions. This solicitation reflects the government’s adherence to established procurement protocols while seeking a suitable property for operational needs, highlighting fiscal responsibility and compliance with legal standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Anchorage Armed Forces Career Center
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for leasing approximately 3,156 square feet of retail space in Anchorage, Alaska, to serve as an Air Force Recruiting Office. The lease will be a fully serviced agreement for a term of five years, with the government retaining termination rights, and must include provisions for parking for up to 11 government vehicles. This opportunity is critical for supporting the recruitment mission of the Air Force, ensuring that the facility meets specific operational and security requirements as outlined in the attached construction specifications and lease documents. Interested parties must submit their proposals, including a completed Rental Proposal Worksheet and proof of registration in the System for Award Management (SAM), by the close of business on May 8, 2025. For further inquiries, contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or by phone at 907-753-2859.
Anchorage AAMED Recruiting Station
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a fully serviced lease of approximately 1,136 square feet of retail space in Anchorage, Alaska, to accommodate an Air Force Recruiting Office. The lease term is set for five years, with the government retaining termination rights, and the selected location must include parking for up to four government vehicles. This procurement is crucial for maintaining operational efficiency and visibility for military recruitment efforts, ensuring that the facility meets specific construction and security specifications as outlined in the provided documents. Interested parties must submit their proposals, including a completed Rental Proposal Worksheet and construction bids, by the close of business on May 17, 2025. For further inquiries, contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859.
RECRUITING STATION - AIR FORCE CAREER CENTER - KISSIMMEE, 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 for the Air Force Career Center in Kissimmee, Florida. The required space ranges from 870 to 1,145 gross rentable square feet and must include specific features such as adequate parking for government vehicles, a secondary egress for safety, and access to high-speed data service. This facility will play a crucial role in supporting military recruitment efforts, ensuring compliance with federal and local regulations. Interested parties should submit their proposals, including a completed Proposal to Lease Space form, by email no later than 11:59 PM on May 15, 2025, and can direct inquiries to Ana Fraguada at ana.m.fraguadavializ@usace.army.mil or by phone at 904-315-3998.
Lease for office space - 628 SQFT Required
Buyer not available
The U.S. Army Corps of Engineers, under the Department of Defense, is seeking proposals for the lease of approximately 628 square feet of office space in the Middleton/Madison area of Wisconsin. The space must meet specific criteria, including being located within designated boundaries, having adequate parking for government vehicles, and being free from proximity to non-compatible businesses such as adult entertainment and drug rehabilitation centers. This procurement is essential for establishing a functional recruiting facility that adheres to federal safety and accessibility standards. Interested lessors should contact Brooke Weisheit at brooke.e.weisheit@usace.army.mil to confirm eligibility and arrange for a site visit, with proposals due by May 27, 2025.
Recruiting Station-Navy Career center, Kailua-Kona, Hawaii
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a Navy Recruiting Center in Kailua-Kona, Hawaii, requiring a retail storefront space of 650 to 1,000 gross rentable square feet. The lease will span five years and includes government termination rights, with the space needing to accommodate parking for a government vehicle and meet specific operational requirements such as 24-hour access and communication infrastructure. This procurement is vital for establishing a functional recruiting center that supports military operations and community engagement. Interested parties must submit their proposals electronically by March 1, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined specifications and requirements.
U.S. Government Space Required: San Bruno, CA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for a full-service lease of retail office space in San Bruno, California, for a U.S. Armed Forces Career Center. The requirements include a minimum of 1,500 rentable square feet and a maximum of 2,130 rentable square feet, with a lease term not exceeding five years and provisions for government termination rights. This procurement is crucial for establishing a functional recruitment facility that meets operational and safety standards, including on-site parking for government vehicles. Interested parties must submit their proposals electronically to Madison Devine at madison.devine@usace.army.mil by 6:00 PM PDT on April 28, 2025, ensuring compliance with all specified requirements and documentation.
Recruiting Station - Army Career Center - Deerfield Beach, FL
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial storefront space for the Army Career Center in Deerfield Beach, Florida. The required space must range from 1,417 to 1,865 gross rentable square feet and include specific features such as secured parking for four government vehicles, 24-hour access, and compliance with various operational and construction specifications. This procurement is critical for establishing a functional recruiting facility that meets military standards and operational needs. Interested parties must submit their proposals, including a completed Proposal to Lease Space form, by email to John Jensvold at john.m.jensvold@usace.army.mil no later than 4:00 PM on May 7, 2025, and must be registered in the System for Award Management (SAM) prior to award.
Recruiting Station Guam Army National Guard Career Center- Hagatna, Guam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for a commercial retail storefront space of 1,000 to 1,500 gross rentable square feet in Hagatna, Guam, specifically for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring full-service provisions including utilities and janitorial services, with specific requirements for parking and access to communications infrastructure. This opportunity is critical for establishing a functional recruiting center that meets military operational needs while adhering to federal standards for safety and efficiency. Interested parties must submit their proposals electronically by June 30, 2025, and can direct inquiries to Amy L. Capwell at amy.capwell@usace.army.mil or Chantal Reininger at Chantal.G.Reininger@usace.army.mil.
Recruiting Station - Armed Forces Career Center - Lauderdale Lakes, 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 ranging from 5,472 to 7,200 gross rentable square feet in Lauderdale Lakes, Florida. The leased space must accommodate approximately 20 government vehicles with adequate parking and include a full-service lease covering utilities and janitorial services, with a preferred five-year term and government termination rights. This facility will support the Armed Forces Career Center's operations, ensuring compliance with federal standards and providing essential services for military recruitment. Interested lessors must submit their proposals, including a completed Proposal to Lease Space Worksheet, to John Jensvold at john.m.jensvold@usace.army.mil by 4:00 PM on May 7, 2025, and must be registered in the System for Award Management (SAM) prior to award.
Armed Forces Career Center-Fairfax-VA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 4,000 usable square feet of commercial retail space in Fairfax, Virginia, to support the Armed Forces Career Center. The space must be located within a one-mile radius of 11240 Waples Mill Road and must include a secondary egress and adequate parking for approximately seventeen government vehicles, both during the day and overnight. This procurement is crucial for establishing functional and compliant recruiting facilities that meet the operational needs of the U.S. Army. Proposals are due by 5:00 PM on May 1, 2025, and interested parties should contact Kenneth J. Bowe at kenneth.j.bowe@usace.army.mil or 443-896-3301 for further information.