RECRUITING STATION - AIR FORCE RECRUITING CENTER CAGUAS, PR
ID: DACA175250002400Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

NAICS

Lessors of Other Real Estate Property (531190)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for leasing office space for the Air Force Recruiting Center in Caguas, Puerto Rico. The leased premises must meet specific requirements, including a usable area between 1,273 and 1,675 square feet, with features such as secondary egress, 24-hour secured parking for government vehicles, and high-speed data service access. This opportunity is crucial for establishing a functional and secure environment for Air Force personnel, ensuring compliance with safety and accessibility standards. Interested parties should contact Jerome Morgan at jerome.g.morgan@usace.army.mil or call 904-232-1146 for further details regarding the solicitation process.

    Files
    Title
    Posted
    The USACE Recruiting Form 1364 is a proposal template used for leasing space intended for government functions. It outlines specific sections that require detailed information from the leasing agent and property owner, including descriptions of the premises, offered space, rates, and lease terms. Key elements include the building's address, owner's contact information, dimensions of the space, and various cost components like base rent, utility charges, and upkeep expenses. The proposal also emphasizes compliance with government standards related to safety, accessibility, and environmental considerations like flood plains and seismic safety. Additionally, it requires identifying the owner and binding authorization of the offeror, highlighting the necessity for proper documentation and attachment submissions. The essential purpose of this form is to streamline the leasing process and ensure that the selected premises meet the government's operational needs and safety regulations, facilitating effective space utilization for federal activities.
    The document outlines the minimum and specific requirements needed by the United States Air Force Career Center for leased office space. The total usable square footage must range between 1,273 and 1,675 square feet. Essential requirements include secondary egress for each office, 24-hour secured parking for three government vehicles, adequate visitor parking, high-speed data service access, and 24-hour access to the premises. Specific office configurations include: one private office (125 SF), an open workspace for two cubicles (125 SF each), a 50 SF testing room with visibility for monitoring, and an 80 SF storage room. Common areas must include at least one unisex restroom (100 SF) meeting ADA standards, a 20 SF janitorial closet, and a 60 SF network/security closet. The detailed requirements focus on creating a secure, functional environment for Air Force personnel while ensuring compliance with safety and accessibility standards, demonstrating the government's commitment to providing adequate facilities for its workforce.
    The Recruiting Facilities Program outlines the specifications for a bid proposal concerning construction projects that involve various essential systems and finishes. This document details categories for HVAC, plumbing, electrical, communications, safety and fire equipment, and architectural finishes, each comprising multiple components such as interior and exterior signage, restroom fixtures, and security systems. The proposal requires precise quantities and costs for each item, with a note emphasizing adherence to construction specifications provided by the USACE Representative. Key items in the bid include general configurations for HVAC and plumbing, comprehensive security system specifications, and various architectural finishes like ceilings and walls. Bidders must complete the worksheet in its entirety, ensuring that compliance with safety and building regulations is met. The proposal culminates in a grand total of $77. The document is indicative of standard procedures in government RFPs, highlighting the importance of detailed planning and thorough documentation in federal construction projects, ensuring alignment with regulatory standards while facilitating competitive bidding among contractors.
    The government file outlines the specifications and requirements for janitorial services to be provided at military facilities on a regular schedule. Services must be conducted twice weekly, with emphasis on environmentally friendly products and adherence to industry standards. The Military Service Representative (MSR) plays a crucial role in unlocking facilities and monitoring cleaning activities, ensuring timely execution and reporting any no-shows by either party. A detailed checklist is to be maintained, documenting the completion of tasks by the contractor, with additional provisions for special cleaning needs like carpet care and restroom maintenance. The document also establishes protocols for furniture cleaning, emergency services, and equipment maintenance, emphasizing accountability in service execution. The overall purpose is to ensure clean, safe, and well-maintained military facilities while complying with specified standards and practices in janitorial services.
    The document outlines the terms of a U.S. government lease (DACA175250002400) between a lessor and the U.S. Army Corps of Engineers (USACE). It establishes rental agreements for premises to be used for government purposes, detailing the lease term of five years, with options for renewal and termination rights. Key provisions include obligations for the lessor regarding maintenance, utilities, modifications, and compliance with safety and environmental standards. The lease requires adherence to regulations concerning accessibility, energy efficiency, and environmental impact while providing guidance on alterations and maintenance of the property. Additionally, the document emphasizes the need for proper construction practices and oversight, outlining inspection rights for the government to ensure compliance with all lease conditions. The overarching purpose is to ensure that the leased space meets operational and regulatory standards while safeguarding government interests in the usage and management of the property.
    The GSA Form 3517B outlines general clauses for the acquisition of leasehold interests in real property through federal contracts. It details provisions regarding subletting, assignment, compliance with laws, maintenance responsibilities, and payment regulations, ensuring a framework for the relationship between lessors and the government. Key points include the government's right to sublet and assign leases while being bound by obligations, requirements for property maintenance and inspections, the stipulation of prompt payment procedures, and regulations for disputes and amendments. Additional clauses emphasize ethical conduct, equal opportunity, and restrictions on specific telecommunications equipment. This document serves as a critical guideline within federal RFPs, ensuring compliance, accountability, and fair practices in public procurement processes, thereby safeguarding government interests in leasing agreements.
    This document serves as a Corporate Certificate, certifying the authority of a corporate official to sign a lease on behalf of a corporation. It includes a clause stating that the individual completing the certificate is not the same as the person who signed the lease, ensuring an impartial verification of authority. The purpose of this certification aligns with the requirements set forth by the General Services Administration under the Privacy Act of 1974. The information collected is essential for verifying property ownership and the authority of individuals involved in the leasing process. While disclosure of information is voluntary, refusal to provide it may hinder the lease's progression. This document plays a vital role in government contracting and leasing procedures, particularly within federal and state frameworks, ensuring compliance with regulations when awarding RFPs and grants.
    The document outlines evaluation factors for assessing proposals related to government office leasing, specifically for recruiting purposes. The evaluation criteria are divided into two primary categories: cost (40% weight) and operational factors (60% weight combined). Cost focuses on rental expenses and construction contributions. Operational factors encompass location within designated areas, neighborhood conditions, building accessibility, parking availability, and the overall structure's appearance. Specific criteria include proximity to major streets, the layout's efficiency, and the potential for signage, with some factors requiring a pass/fail determination, such as 24-hour access and parking distance from the recruiting office. Notably, high-speed internet access is deemed essential but carries no weight in evaluation scoring. The document highlights the intricate considerations necessary for selecting a suitable site for government-operated recruitment offices, underscoring both financial and operational aspects critical to proposal assessments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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 - Orlando, 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 of 5,552 to 6,940 gross rentable square feet in Orlando, Florida, to serve as an Armed Forces Career Center. The space must accommodate parking for approximately eighteen government vehicles and include a full-service lease covering utilities and janitorial services, with a lease term of five years and government termination rights. This procurement is crucial for establishing a functional and secure environment for military recruitment efforts, ensuring compliance with various operational and safety standards. Interested parties should submit their completed Proposal to Lease Space form and required documents to Ana Fraguada via email by 11:59 PM on March 21, 2025, and must be registered in the System for Award Management (SAM) prior to contract award.
    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.
    U.S. Government Space Required: San Jose, 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 Jose, California, for a U.S. Armed Forces Career Center. The government requires a minimum of 1,108 rentable square feet and a maximum of 1,700 rentable square feet, with a lease term not exceeding five years and the option for government termination rights. This procurement is crucial for maintaining operational capabilities and providing necessary services to the armed forces, with a focus on cost-effectiveness and logistical considerations for relocation. Interested parties must submit their proposals electronically to Madison Devine at madison.devine@usace.army.mil by 9:00 AM PDT on March 18, 2025, including required documentation such as exclusivity agreements and representation letters.
    The Government is seeking to lease hangar and related space in Carolina, Puerto Rico for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) SF and maximum of 18,354 ABOA SF.
    Buyer not available
    The General Services Administration (GSA) is seeking to lease hangar and related space in Carolina, Puerto Rico, with a requirement for a minimum of 17,480 ANSI/BOMA Office Area (ABOA) square feet and a maximum of 18,354 ABOA square feet. The leased facility will support the Drug Enforcement Administration (DEA) and must meet specific operational needs, including 24/7 access and stringent security measures, as well as compliance with energy efficiency standards. This procurement is critical for housing various aircraft and ensuring the DEA's operational effectiveness while adhering to federal regulations. Interested offerors must submit their proposals by the extended deadline of May 30, 2025, and can contact Patricia Restrepo at patricia.restrepo@gsa.gov or 202-997-7025 for further information.
    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.
    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.
    U.S. Government Space Required: Daly City, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a lease of approximately 2,130 gross square feet of space in Daly City, California, under Solicitation No. DACA055250032700. The lease is intended for military recruiting facilities and requires compliance with various safety, accessibility, and environmental standards, including provisions for 24-hour access, parking for government vehicles, and necessary communications infrastructure. This opportunity is crucial for supporting military operations and ensuring that the facilities meet federal guidelines for security and functionality. Interested offerors must submit their proposals by March 24, 2025, at 5:00 PM PST, and can direct inquiries to Madison Devine at madison.devine@usace.army.mil.
    U.S. Government Space Required: Fresno, 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 professional/medical office space in Fresno, CA, for a U.S. Navy Armed Forces Career Center. The requirements include a minimum of 1,760 rentable square feet of office space, with a lease term of one year, extendable up to five years, and specific conditions such as 24-hour access, reserved parking for government vehicles, and compliance with seismic safety standards. This procurement is crucial for establishing a functional recruiting facility that meets operational and safety standards. Interested parties must submit their proposals electronically by 12:00 PM PDT on February 10, 2025, to Quin Davis-Ostrander at quintel.davis-ostrander@usace.army.mil.