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
    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
    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.
    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.
    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.
    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
    Eagle River, AK Storage Unit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking proposals for the lease of approximately 200 Gross Square Feet of storage space in Eagle River, Alaska. The lease will be a fully-serviced agreement for a term of five years, with the government retaining termination rights, and must meet specific requirements including accessibility, compliance with building codes, and environmental assessments. This opportunity is crucial for the government to secure adequate storage space as it transitions from an expiring lease, and proposals must be submitted by December 5, 2025, to Amy DelaCruz at the USACE Real Estate Division. Interested parties are encouraged to review all attached documents and ensure compliance with the outlined criteria, including registration in the System for Award Management (SAM).
    Recruiting Station - Armed Forces Career Center - Aiea Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for commercial retail storefront space in Aiea, Hawaii, specifically for Armed Forces Recruiting purposes. The government seeks approximately 1,972 to 2,500 gross rentable square feet of space with a lease term of four years and eleven months, including government termination rights, and requires features such as 24-hour access, adequate parking for eleven government vehicles, and necessary communications infrastructure. This opportunity is crucial for establishing a recruiting presence in the specified area, bounded by Pearl City District Park, Blaisdell Park, Pearl Highlands Center, and Pearlridge Center. Proposals must be submitted electronically by February 1, 2026, to Amy L. Capwell at amy.capwell@usace.army.mil, and interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    Recruiting - Armed Forces Career Center - Winter Haven, FL
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for an Armed Forces Career Center in Winter Haven, Florida, requiring between 1,593 to 2,960 gross rentable square feet of commercial storefront space. The facility must accommodate parking for approximately nine government vehicles and include a full-service lease covering utilities and janitorial services, with a five-year term and government termination rights. This procurement is crucial for establishing a secure and functional environment for military recruitment operations, ensuring compliance with specific space and security requirements outlined in the attached documents. Interested parties must submit their completed Proposal to Lease Space form and supporting documents via email by 11:59 PM on December 5, 2025, to Ana Fraguada at ana.m.fraguadavializ@usace.army.mil and Melissa Gonzalez at melissa.c.gonzalez@usace.army.mil.
    Recruiting Station Army Career Center Wahiawa, Hawaii
    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 1,492 gross square feet of commercial retail space in Wahiawa, Hawaii, designated for Armed Forces Recruiting purposes. The lease term is set for four years and eleven months, with specific requirements including 24-hour access, adequate parking for government vehicles, and compliance with various construction and safety specifications. This opportunity is crucial for supporting military recruitment efforts in the region, and proposals must be submitted electronically by February 1, 2026, to the primary contact, Amy L. Capwell, at amy.capwell@usace.army.mil. Interested parties are encouraged to review all solicitation documents thoroughly to ensure compliance with the outlined requirements.
    Recruiting Station - Army Career Center- Honolulu, Hawaii
    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 approximately 994 to 1300 gross rentable square feet in Honolulu, Hawaii, specifically for Armed Forces Recruiting purposes. The lease will be for a term of four years and eleven months, requiring the Lessor to provide essential services including utilities, maintenance, and janitorial services, along with adequate parking for government vehicles. This opportunity is crucial for establishing a functional recruiting center that meets federal safety and accessibility standards, with proposals due by February 1, 2026. Interested parties should direct inquiries to Amy L. Capwell at amy.capwell@usace.army.mil or Chantal Reininger at Chantal.G.Reininger@usace.army.mil, and ensure compliance with all solicitation requirements outlined in the provided documents.
    Recruiting Station- Armed Forces Career Center- Hilo, HI
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 2,900 to 3,400 gross rentable square feet of commercial retail storefront space in Hilo, Hawaii, for Armed Forces recruiting purposes. The lease will be a full-service agreement for a term of four years and eleven months, requiring the lessor to provide essential amenities such as 24-hour unrestricted access, adequate parking for nine government vehicles, and all necessary utilities and maintenance services. This opportunity is crucial for establishing a functional recruiting center that meets specific operational and security standards, with proposals due by December 31, 2025. Interested parties should submit their offers electronically to Amy L. Capwell at amy.capwell@usace.army.mil, and must be registered in the System for Award Management (SAM) prior to award.
    Recruiting Station-Army Career Center - Dededo, Guam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,000 to 1,200 gross rentable square feet of commercial retail storefront space in Dededo, Guam, for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the lessor to provide essential services such as utilities, janitorial services, and adequate parking for government vehicles. This procurement is vital for establishing a functional recruiting center that meets specific accessibility, safety, and operational standards as outlined in the Request for Lease Proposals (RLP). Interested parties must submit their proposals electronically by December 31, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    US Air Force Recruiting Center — Flushing NY
    Buyer not available
    The U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1,500 square feet of commercial office space, along with parking for four vehicles, located within a quarter-mile radius of 36-40 Main Street, Flushing, New York. The office space must include a secondary egress and adhere to the Government form of lease requirements. This procurement is essential for supporting the operations of the U.S. Air Force Recruiting Center in Flushing, NY. Proposals are due by 5:00 p.m. on December 15, 2025, and interested parties should contact Stephen Brown at stephen.m.brown@usace.army.mil or by phone at 917-790-8465 for further information.
    U.S. Armed Forces Recruiting Office - Richmond, Virginia
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,532 usable square feet of retail space in Richmond, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to be fully serviced and may extend for up to five years, with specific requirements including 24-hour access, communication infrastructure, direct exterior exit access, and lighted parking. Proposals must adhere to various considerations such as layout efficiency, accessibility, fire protection, and environmental factors, and will be evaluated based on price and technical merits. Interested parties should submit their proposals by 3:00 PM EST on December 20, 2025, and can contact James Cheatham at james.a.cheatham@usace.army.mil or Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil for further information.
    U.S. Armed Forces Recruiting Office - Roanoke, Virginia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,470 usable square feet of retail space in Roanoke, Virginia, for the U.S. Armed Forces Recruiting Office. The lease is intended to provide a fully-serviced space with specific requirements, including 24-hour access, communication infrastructure, direct exterior access, and lighted parking, within a delineated area bounded by Amsterdam, Bedford, Rocky Mount, and Salem, VA. Proposals must comply with strict eligibility criteria related to accessibility, safety, and environmental considerations, and will be evaluated based on best value, taking into account both price and technical factors. Interested parties should submit their proposals by 3:00 PM EST on December 18, 2025, and can contact Ashlyn Wharton at ashlyn.k.wharton@usace.army.mil or by phone at 757-675-5720 for further information.