Recruiting Station-Army Career Center - Dededo, Guam
ID: DACA845260000100Type: 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 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).

    Files
    Title
    Posted
    The USACE Request for Lease Proposals (RLP) No. DACA845260000100 seeks proposals for a fully-serviced lease of approximately 1,200 gross square feet in Dededo, Guam (Zip Code 96932), for a term of up to five years. Offers are due by December 31, 2025, at 12:00 HST and can be submitted via email or mail to Amy L. Capwell. The RLP outlines detailed requirements for space, accessibility, fire protection, environmental considerations (including asbestos, floodplains, NEPA, and historic preservation), and seismic safety. Proposals must include specific pricing information, evidence of ownership, and adhere to strict submission guidelines. The award will be based on the best value to the Government, considering technical factors such as location, neighborhood, ease of access, parking, building appearance, adjacent businesses, signage potential, floor plan efficiency, and high-speed internet availability, with these technical factors being approximately equal in importance to price.
    This U.S. Army Corps of Engineers (USACE) recruiting lease agreement (Form L100) outlines the terms and conditions for leasing commercial space to the U.S. Government. The lease, identified by No. DACA845260000100, is for a five-year term, with rent payments contingent on annual appropriations. Key provisions include the lessor's responsibility for initial alterations, maintenance, utilities (electricity, water, sewer, trash, high-speed internet, phone, janitorial), and appurtenant rights such as parking, roof access for telecommunications, and signage. The document details specific requirements for construction, accessibility, fire safety systems (alarms and sprinklers), indoor air quality, and environmental compliance. It also covers default conditions, termination rights, and the lessor's obligations regarding insurance, change of ownership, and emergency repairs. The agreement emphasizes adherence to federal, state, and local laws, with the lessor being solely responsible for design, construction, operation, and maintenance of the leased premises.
    This government file, Lease No. DACA845260000100, outlines 42 general clauses governing the acquisition of leasehold interests in real property. Key areas covered include general provisions such as subletting, assignment, and successors bound by the lease; performance expectations like delivery, property maintenance, and default conditions; payment terms including prompt payment and electronic funds transfer; standards of conduct prohibiting contingent fees and kickbacks; and adjustment mechanisms for price changes and illegal activities. The document also addresses audits, dispute resolution, labor standards (equal opportunity, veterans' employment, disability affirmative action), and subcontracting requirements (small business utilization, reporting executive compensation). Many clauses incorporate by reference specific sections of the Code of Federal Regulations (CFR), highlighting regulatory compliance and outlining responsibilities for both the lessor and the government in managing the leased property and associated contractual obligations.
    The USACE RECRUITING FORM 1364 (10/2020) is a Proposal to Lease Space, outlining the comprehensive requirements for offering a property for lease to the United States Government. The form is structured into five sections: Description of Premises, Space and Rates Offered, Lease Terms and Conditions, Proposal Data, and Owner Identification and Certification. It requires detailed information about the building, ownership, leasing and property management agents, and specific space dimensions. Financial aspects include breakdowns of annual rent, common area maintenance, property taxes, insurance, utilities, and other operating costs, along with buildout expenses. The form also specifies required attachments such as lease pages, certifications, construction specifications, and floorplans. Crucially, it addresses compliance with government standards regarding flood plains, seismic safety, asbestos-containing materials, fire/life safety, and accessibility, requiring offerors to certify their property's status. The document emphasizes the offeror's agreement to lease the described premises under the specified terms and conditions, in full compliance with the solicitation for offers.
    The document details comprehensive construction and security specifications for Military Recruiting Facilities, focusing on general standards, mechanical, plumbing, electrical, communications, safety, fire equipment, and architectural finishes. Key requirements include prior approval from the Corps of Engineers (COE) for any significant deviations, strict adherence to the 2019 NDAA law prohibiting specific telecommunications products from certain foreign entities, and the Lessor's responsibility for all permits, drawings, construction, and maintenance. The specifications cover detailed HVAC systems, plumbing fixtures like restrooms and drinking fountains, electrical distribution, and structured cabling for voice, data, and security systems. Emphasis is placed on energy efficiency, compliance with federal, state, and local codes, and the use of specific materials and finishes for ceilings, walls, and flooring. Security measures include fragment retention film for windows and doors, specific door hardware, and controlled access to communication and security infrastructure. The document ensures that all construction and installations meet stringent government and safety standards.
    The document, identified as "EXHIBIT E Sample Floor Plan" under reference DACA845260000100, provides a detailed layout of a facility. It outlines various functional areas and their respective dimensions and square footage. Key areas include an emergency staircase, a main entry, a restroom, an office, a storage room, a test area, and a space designated for "ARMY." The floor plan details measurements such as 15'-1" x 13'-0" (178 sq ft), 12'-8" x 14'-10" (187 sq ft), 7'-0" x 8'-0" (56 sq ft), 24'-5" x 29'-4" (595 sq ft), 9'-1" x 8'-0" (72 sq ft), 6'-0" x 9'-0" (54 sq ft), and 17'-11" x 8'-0" (144 sq ft). This exhibit serves as a visual aid, likely for planning, renovation, or operational purposes within a government contract or proposal, offering a clear understanding of the physical space.
    This government file, DACA845260000100 EXHIBIT G, outlines detailed specifications and requirements for janitorial services for U.S. Army Corps of Engineers leased spaces. The document covers general provisions such as a two-day per week cleaning schedule, specific cleaning hours (8:00 a.m. to 4:00 p.m., Monday through Friday), and the need for a Military Service Representative (MSR) to be physically present during cleaning. It details various services, including trash removal, vacuuming, hard surface cleaning, high-touch surface disinfection, restroom cleaning, dusting, glass cleaning, and periodic tasks like carpet cleaning and HVAC filter replacement. The contractor must provide all necessary labor, tools, and environmentally friendly supplies. Key administrative requirements include a Quality Control Program, performance evaluation meetings, and a Janitorial Service Checklist. The document also stipulates identification and background check requirements for all contractor personnel, emphasizing compliance with safety and security protocols.
    This document is a janitorial checklist for federal government facilities, likely part of an RFP or contract for cleaning services. It outlines a comprehensive schedule of required cleaning and maintenance tasks, specifying daily, weekly, monthly, quarterly, and annual frequencies. Key tasks include vacuuming, mopping, trash removal, restroom cleaning, disinfecting high-touch surfaces, carpet shampooing, and HVAC filter changes. The checklist also details requirements for supplying restroom items, replacing light bulbs, and cleaning various fixtures and surfaces. It includes sections for tracking completion dates, assigning ratings (Satisfactory, Marginal, Unsatisfactory, Insufficient Supplies), and comments on work quality. Contractors must wear identification badges, and both contractor and military service representatives must sign off on completed tasks weekly. The form emphasizes adherence to the Performance Work Statement (PWS) and mandates scanning and emailing the checklist to specific Points of Contact (POCs) monthly.
    The document, Exhibit H, presents two types of Certificates of Authorization: one for corporations/LLCs and another for partnerships. These certificates are crucial for verifying that the individuals signing a lease on behalf of an entity are duly authorized to do so. The Corporate/LLC Certificate requires the secretary or principal to certify the signatory's authority and that the action is within the entity's granted powers, necessitating a corporate/LLC seal and date. Similarly, the Partnership Certificate requires a general partner to certify that another general partner signing the lease has the authority to bind the partnership, as vested in their partnership agreement, also requiring a seal and date. This document is vital in government RFPs, grants, and state/local RFPs to ensure legal enforceability and proper governance when entities enter into contractual agreements, particularly leases.
    The document outlines the seismic compliance requirements for federally leased buildings, focusing on pre-award and post-award submittals using various forms. Offerors must confirm seismic compliance with RP 8 standards, either through certification as a Benchmark Building (Form A) or an Existing Building (Form B). If a building doesn't meet RP 8, Offerors must commit to retrofitting (Form C, Part 1) or, for new construction, commit to a design code (Form C, Part 2). Exemptions based on building size and seismicity are available (Form D). Post-award, engineers must certify retrofitted buildings (Form E) or new construction (Form F) meet the required seismic standards. The document also defines key terms like "Engineer," ASCE/SEI standards, and RP 8, emphasizing the role of licensed engineers in ensuring structural integrity and life-safety performance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 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- 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- 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.
    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.
    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.
    Anchorage Air Force Hub Recruiting Office
    Buyer not available
    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.
    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.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE APPROXIMATELY 16,950 RENTABLE SQUARE FEET OF OFFICE SPACE IN BARRIGADA, GUAM
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 16,950 rentable square feet of office space in Barrigada, Guam. This procurement is aimed at fulfilling the office space requirements for the Public Buildings Service, with the lease expected to be awarded to the incumbent provider. The leased space will play a crucial role in supporting government operations in the region. Interested parties can reach out to Cheryl L. Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347, or contact Maria Dent at maria.dent@gsa.gov for further inquiries.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE APPROXIMATELY 21,750 RENTABLE SQUARE FEET OF OFFICE SPACE IN BARRIGADA, GUAM
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 21,750 rentable square feet of office space in Barrigada, Guam. This procurement is aimed at fulfilling the office space requirements for the Public Buildings Service, with the lease expected to be awarded to the incumbent. The leased space will play a crucial role in supporting government operations in the region. Interested parties can reach out to Cheryl L. Nolting at cheryl.nolting@gsa.gov or by phone at 808-551-8347 for further details regarding this opportunity.