Recruiting Station - Armed Forces Career Center, St. Augustine, FL
ID: DACA175250000400Type: Solicitation
Overview

Buyer

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

NAICS

Lessors of Other Real Estate Property (53119)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial space ranging from 4,788 to 5,985 gross rentable square feet in St. Augustine, Florida, to serve as an Armed Forces Career Center. The leased facility must include adequate parking for approximately fifteen government vehicles and comply with specific operational requirements, including space for offices, workstations, and storage, as outlined in the attached documents. This procurement is crucial for supporting military recruitment operations, ensuring that the facility meets the necessary standards for safety, accessibility, and functionality. Interested parties must submit their completed Proposal to Lease Space form and associated documents via email to Anthony Shoultz at anthony.a.shoultz@usace.army.mil by 11:59 PM on October 4, 2024, and must be registered in the System for Award Management (SAM) prior to contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a proposal to lease space under federal solicitation SFO# CESAJ-5250000400. It details the premises' specifications, including the building's name, address, total square footage, and age, as well as any previous renovations. The proposal also includes a breakdown of rental costs, covering annual base rent per square foot, common area maintenance, real estate taxes, and other associated expenses. Additional terms and conditions specify the duration of the lease, the conditions under which offers must remain valid, and the requirement for various attachments, such as a contractor’s bid for the buildout. Furthermore, it addresses compliance with the Energy Independence and Security Act, indicating whether the building is Energy Star rated and if energy-efficient renovations will be made. The document emphasizes the offeror's agreement to lease the space to the U.S. government under the listed terms upon acceptance of the proposal. It concludes with sections for owner identification and contact details, ensuring clarity and accountability in the leasing process. Overall, the document serves to facilitate the negotiation and formalization of leasing arrangements for federal governmental purposes.
    The government file outlines the minimum and specific requirements for leasing facilities for various Armed Forces branches, detailing essential space specifications and operational needs. Each location must have between 4,788 SF and 5,985 SF, ensuring specific features like secondary egress, secured parking for fifteen government vehicles, and high-speed data service access. For each military branch, there are tailored spatial requirements: the Army needs a private office, open workstations for eight personnel, a testing room, and storage spaces; the Navy requires similar features but for four workstations; the Air Force's requirements include provisions for just two workstations; while the Marine Corps has needs aligning closely with the Navy's. All locations must include common facilities, such as two ADA-compliant restrooms and a janitorial closet. This document serves as a guide for potential lessors to understand federal leasing needs, emphasizing readiness, safety, and operational efficiency for military operations. By providing clear specifications, the document aims to facilitate the procurement process for suitable office spaces across various military departments.
    The document outlines the construction and security specifications for a military recruiting facility under lease number DACAXX5XXXXXXXXX, aiming to ensure compliance with federal, state, and local standards. It mandates adherence to specific guidelines for construction, architectural design, mechanical systems, communications, and safety features. Key details include the requirement of permits and certifications for all designs, the prohibition of telecommunications equipment from listed foreign entities, and compliance with energy efficiency standards. The specifications address numerous aspects, including HVAC systems, plumbing, electrical systems, and architectural finishes. The document prioritizes coordination between the lessor, contractors, and the Corps of Engineers (COE), emphasizing that modifications to construction plans must receive prior approval. The emphasis on security measures, such as fire safety compliance and the installation of proper locking mechanisms, reflects the commitment to safe and functional military operational environments. Overall, this comprehensive framework serves to guide the design and construction processes while ensuring that the facility meets operational needs and security requirements for military service personnel.
    The Recruiting Facilities Program is outlined in this Construction Specifications Bid Proposal Worksheet, which details various bid categories necessary for facility construction and renovations. Key sections include HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, and security systems, with a specified quantity and cost per item. Each category requires meticulous entries to ensure compliance with specifications outlined by the U.S. Army Corps of Engineers (USACE). Bidders must complete the worksheet in full, as incomplete submissions may lead to rejection. The document underscores the importance of adhering to all construction requirements, ensuring safety and functionality across services intended for different military branches such as the Army, Navy, and Air Force. A grand total for all items, along with additional permit fees, is to be included, culminating in the comprehensive nature of the bid for potential contractors. This proposal aligns with government practices to solicit bids for public projects, aiming for transparency and accountability in the execution of federal and state-funded tasks.
    The document provides specifications and requirements for janitorial services to be rendered at military recruiting facilities on a scheduled basis, primarily three times a week. Key responsibilities include cleaning various areas, maintaining hygiene of restroom facilities, and ensuring all cleaning activities occur in the presence of a Military Service Representative (MSR). Contractors are required to follow strict appointment protocols, communicate any schedule deviations, and utilize environmentally friendly cleaning products adhering to industry standards. Services outlined include regular tasks such as trash removal, vacuuming, disinfecting high-touch surfaces, and deep cleaning carpets twice a year. The document also specifies the contractor's obligations regarding equipment and supply provision, maintaining records of completed work through a checklist signed by both the contractor and the MSR. The requirement for regular reporting and adherence to federal guidelines underscores the importance of maintaining cleanliness in government facilities, reflecting the commitment to operational standards and tenant satisfaction. Ultimately, this RFP structure serves to ensure comprehensive and compliant janitorial services within military environments.
    The U.S. Government Lease No. DACA17525XXXXXXX establishes terms for leasing space under the DoD Joint Recruiting Facilities Program. The Lessor, whose identity and property details must be specified, agrees to lease approximately [Insert Number of Square Feet] of space for five years, with a commencement date set upon Government acceptance. Rent is to be paid electronically and covers tenantable premises that comply with safety standards and required utilities, including fire protection systems and adequate maintenance. The lease allows the Government to terminate the agreement with a 30-day notice and includes provisions for alterations, inspections, and conditions for maintaining the property. It requires compliance with federal law and grants the Government inspection rights to ensure adherence to terms. The Lessor is responsible for all maintenance, repairs, and utilities, while the Government retains the right to occupy the premises for intended use. The document outlines implications for default by the Lessor, ensures all governmental procedures for transfer of ownership are followed, and emphasizes environmental compliance measures under relevant laws. Overall, it structures the lease to safeguard the Government's interests while detailing the responsibilities of both parties clearly.
    The GSA Form 3517B outlines general clauses for the acquisition of leasehold interests in real property, serving as a standard framework for various leases within the federal government. The document enumerates different categories and clauses concerning subletting, payment processes, labor standards, and legal compliance, among others. Key provisions include the government's right to sublet (Clause 1), stipulations on the assignment of claims (Clause 20), and the maintenance obligations of the lessor (Clause 12). It emphasizes the importance of compliance with applicable laws (Clause 14) and standards of conduct (Clause 23). The form also addresses adjustments for price based on illegal activities (Clause 28) and the contractor's obligations regarding telecommunications equipment (Clauses 47 and 48). This document is vital for ensuring that all parties understand their rights and responsibilities during the leasing process, establishing a clear legal framework for government contracting. It facilitates adherence to federal regulations while promoting transparency and accountability in lease agreements, ensuring that government operations are conducted ethically and effectively.
    The corporate certificate serves as an official verification document for a lessor involved in government leasing transactions. It affirms that the signer holds a designated position within the corporation and that the lease document was signed with proper authority. Additionally, this certification is required to confirm ownership of real property and the legitimacy of individuals authorized to sign lease agreements. According to the Privacy Act of 1974, the information collected is specifically used for ownership verification and does not obligate disclosure; however, refusal to provide information would hinder the leasing process. It is stipulated that this certificate must be completed by someone other than the individual signing the lease. This document underscores the importance of corporate governance in federal and state leasing actions, ensuring compliance with governmental requirements for transparency and accountability in property transactions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Recruiting Station - Armed Forces Career Center - Plant City
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a commercial space to serve as a Recruiting Station in Plant City, Florida. The required space must range from 965 to 1,206 gross rentable square feet and include adequate parking for two government vehicles, with a preference for a full-service lease covering utilities and janitorial services. This facility is crucial for supporting military recruitment efforts, ensuring operational efficiency and compliance with federal standards. Interested parties must submit their completed Proposal to Lease Space form and associated documents via email to William Felder at william.c.felder@usace.army.mil by 11:59 PM on October 4, 2024, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Recruiting Station - Navy Career Center - Tampa, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as a Navy Career Center in Tampa, Florida. The required space must range from 1,284 to 1,605 gross rentable square feet, with provisions for adequate parking for two government vehicles and a preference for a full-service lease that includes utilities and janitorial services. This facility is crucial for supporting recruitment efforts and must comply with various federal specifications, including energy efficiency standards and security requirements. Interested parties should submit their proposals, including a contractor's bid for build-out, to William Felder at william.c.felder@usace.army.mil by 11:59 PM on October 4, 2024, with the selection process expected to conclude approximately 30 days after the proposal deadline.
    Recruiting Station - Armed Forces Career Center - Hialeah, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as an Armed Forces Career Center in Hialeah, Florida. The required space must range from 2,636 to 3,295 gross rentable square feet and include provisions for secure parking for six government vehicles, as well as specific interior configurations such as private offices, workstations, and a conference room. This facility is crucial for military recruitment operations, ensuring accessibility and functionality for service members and the public. Interested parties must submit their proposals, including a contractor's bid for the build-out, by 11:59 PM on October 4, 2024, to John Jensvold at john.m.jensvold@usace.army.mil, and must be registered in the System for Award Management (SAM) prior to award.
    DACA675250002600-United States Army Corps of Engineers (USACE) seeks to lease approximately 3,703 square feet of retail space in Federal Way, Washington for an Armed Forces Career Center
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,703 square feet of retail space in Federal Way, Washington, for an Armed Forces Career Center. The government requires a fully-serviced lease for up to five years, including base rent, utilities, janitorial services, and parking, with specific location criteria outlined in the solicitation. This procurement is crucial for establishing a recruiting office that meets operational and accessibility standards, ensuring effective recruitment efforts for the Armed Forces. Interested parties must submit their proposals electronically by October 18, 2024, and can contact Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    U.S. Government Space Required: Layton, UT
    Active
    Dept Of Defense
    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 Layton, UT, to accommodate a U.S. Armed Forces Career Center. The government requires a minimum of 900 rentable square feet and a maximum of 1,010 rentable square feet, with a lease term of one year firm, extendable up to five years, and includes government termination rights. This procurement is crucial for maintaining operational efficiency as the current lease is expiring, and the government will evaluate the economic advantages of relocating. Interested parties must submit their proposals electronically to Jeffery Reed at jeffery.m.reed@usace.army.mil by 3:00 PM PDT on September 21, 2024, including necessary documentation such as exclusivity agreements and representation letters.
    Armed Forces Career Center-Lansdale PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,989 usable square feet of commercial retail space in Lansdale, Pennsylvania, to support the Armed Forces Career Center. The space must be located within a 1-mile radius of 100 W. Main St. and must include a secondary egress and adequate parking for approximately nine government vehicles, both during the day and overnight. This procurement is crucial for ensuring the operational needs of the Army are met through a suitable facility, and proposals must include the proposed rental amount covering common area maintenance, taxes, and insurance. Interested parties should submit their proposals by 11:59 PM on the specified expiration date and may contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or 410-443-1164 for further information.
    Recruiting Station- Armed Forces Career Center - Pago, Pago American Samoa
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 2,300 to 3,175 gross rentable square feet of commercial retail storefront space in Pago Pago, American Samoa, for Armed Forces recruiting purposes. The lease will be for a term of five years, with the requirement for adequate parking for five government vehicles and full-service provisions including utilities and janitorial services. This opportunity is critical for establishing a functional recruiting center that meets operational needs while adhering to safety and environmental standards. Interested parties must submit their proposals electronically to Amy L. Capwell at amy.capwell@usace.army.mil by October 30, 2024, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE, SAN ANTONIO, TEXAS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for leasing approximately 3,500 gross square feet of existing Class A or B retail space in the San Antonio area, particularly within zip code 78230. The leased space must comply with federal, state, and local ordinances, meet force protection standards as per the Department of Defense's Unified Facility Criteria, and include designated or open parking. This procurement is crucial for establishing a facility that meets the operational needs of the Army, with an initial lease term of five years intended and occupancy required by September 20, 2024. Interested parties should submit expressions of interest, including specific property details, to William Johnston at the U.S. Army Corps of Engineers by the deadline of September 20, 2024, via email at william.b.johnston@usace.army.mil or by phone at 817-886-1020.
    Armed Forces Career Center-Huntingdon Valley-PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 2,755 usable square feet of commercial retail space in Huntingdon Valley, Pennsylvania. The selected space must be within a 1-mile radius of 2060 County Line Road and include a secondary egress, as well as adequate parking for six government vehicles, both during the day and overnight. This procurement is crucial for ensuring that the Army has suitable facilities to support its operational needs, and it will be governed by a comprehensive lease agreement that outlines maintenance obligations, compliance with safety standards, and other essential terms. Interested parties should submit their proposals, including the proposed rental amount, by the specified deadline, and may contact Arlton Bryant Crawford Jr. at arlton.b.crawford@usace.army.mil or 410-443-1164 for further information.
    NEW US COAST GUARD RECRUITING OFFICE IN MIAMI SOUTH
    Active
    Homeland Security, Department Of
    The United States Coast Guard, under the Department of Homeland Security, is seeking to lease a minimum of 2,000 rentable square feet for a new recruiting office in South Miami, Florida. The facility must accommodate five to seven personnel and include essential features such as a storage area, kitchenette, a back door leading outside, and parking for two government vehicles. This procurement is crucial for establishing a functional recruiting station, with a target availability date of May 1, 2025. Interested landlords must submit their expressions of interest, including property ownership proof and other specified details, to Jonelle Thompson at Jonelle.G.Thompson@uscg.mil by the outlined deadline, as there are no bid documents available for this solicitation.