Anchorage Armed Forces Career Center
ID: DACA85521010700Type: 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 Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 9, 2025, 7:59 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 12:04 AM UTC
The document outlines the leasing requirements for the U.S. Army Corps of Engineers (USACE) related to designated Joint Recruiting Facilities. It establishes a legal agreement between the U.S. Government (acting through USACE) and the Lessor, detailing the terms and conditions for the leasing of space needed for government operations. Key components of the lease include provisions for the lease term, rent payment structure, and obligations concerning facility maintenance, safety, and compliance with building codes and regulations. The Lessor must ensure the premises are suitable and safe, including necessary alterations and furnishings, while the Government retains rights for access and usage. Termination and renewal rights offer the Government flexibility in lease management. The document requires that all utilities and maintenance services be provided by the Lessor while ensuring compliance with applicable laws. It also outlines the process for alterations requested by the Government and specifies conditions for emergencies, maintenance, and potential defaults by the Lessor. Overall, this lease form is structured to facilitate effective communication and clear responsibilities between the Government and the Lessor, ensuring that the leased premises meet the operational needs of USACE while adhering to federal requirements.
Apr 9, 2025, 12:04 AM UTC
This document outlines the general clauses related to the acquisition of leasehold interests in real property by the federal government. It includes provisions on subletting, assignment, maintenance, compliance with laws, and adjustments pertaining to contracts. Key clauses emphasize the responsibilities of the Lessor, such as the obligation to maintain the property, handle alterations, and manage damages from fire or other casualties. The Government retains rights to occupancy, payments, and changes in lease terms, outlining processes for inspections, acceptance of space, and prompt payment procedures. Additional clauses address labor standards, ethical conduct, and regulatory compliance, particularly concerning telecommunications equipment and subcontracting policies. Overall, the document serves as a comprehensive framework for managing governmental leases, ensuring adherence to legal standards while facilitating the operational requirements of federal agencies in leasing real estate.
The USACE Recruiting Form 1364 outlines the proposal process for leasing space by federal agencies. It includes detailed sections such as the description of the premises, space and rates offered, lease terms and conditions, proposal data, and owner identification and certification. Key details required in the proposal include the building's physical characteristics, occupancy ratios, operating costs (like rent and maintenance), buildout costs, and any required attachments that showcase compliance with government lease standards, such as safety and accessibility requirements. The proposal necessitates evidence of ownership interest and adherence to specific leasing terms. The document serves to standardize submissions for lease proposals, ensuring they meet government regulations while facilitating the rental of properties by federal agencies. Each proposal must also address safety aspects, including flood plains, seismic safety, and the presence of hazardous materials. The primary purpose of the document is to outline the terms under which federal entities can lease space, ensuring a thorough evaluation and compliance with governmental standards for property selection and management.
The document outlines the construction and security specifications for Military Recruiting Facilities, emphasizing compliance with federal standards and local regulations. It details the responsibilities of the Lessor, including drawing approvals, permit acquisition, and adherence to the Corps of Engineers (COE) construction standards. Key provisions include prohibiting specific foreign telecommunications products due to security concerns, ensuring all electrical and mechanical systems meet stringent codes, and requiring energy-efficient designs. The specifications stipulate careful architectural and engineering planning, including specific requirements for HVAC, plumbing, electrical systems, and accessibility. Each military service's needs for office design, restrooms, and communication systems are explicitly defined, including vendor qualifications for materials and installations. Furthermore, rigorous standards for safety equipment like smoke detectors and fire extinguishers are delineated to ensure compliance. The document serves as a critical guideline for contractors and lessors involved in federally funded RFPs, granting meticulous focus to ensure contractor accountability, security, and effective architectural integration for military recruiting facilities. These specifications aim not only to optimize functionality but also to align with robust safety and operational protocols.
The document outlines a Construction Specifications Bid Proposal Worksheet for the Recruiting Facilities Program, detailing requirements for contractors submitting bids. It lists various categories such as HVAC, plumbing, electrical, communications, safety equipment, and architectural finishes, indicating a quantity of one for each item alongside a placeholder price of $1.00, suggesting an organized framework for potential estimates. Important notes emphasize that bidders must incorporate all necessary specifications from an appendix prepared by the USACE Representative and that incomplete submissions may be rejected. The comprehensive nature of the worksheet indicates a well-structured solicitation process aimed at ensuring thorough compliance with federal standards in construction projects. This summary reflects the document's purpose in guiding contractor proposals aligned with government requirements while highlighting the importance of complete submissions for bid acceptance.
Apr 9, 2025, 12:04 AM UTC
The document outlines the specifications and requirements for janitorial services provided to the U.S. Army Corps of Engineers, detailing the operational framework necessary for ensuring cleanliness in government facilities. Services are to be performed either two or three times weekly, depending on the facility size, and must occur during standard working hours unless otherwise arranged. A Military Service Representative must be present during cleaning times to oversee operations. The contractor is responsible for all required labor, materials, and equipment, and cleaning must adhere to environmentally friendly practices and specific guidelines for procedures such as trash removal, disinfection, and carpet cleaning. Quality assurance measures are emphasized, including a detailed inspection system, performance evaluation meetings, and documentation processes for service certification. The contractor must also adhere to strict requirements regarding personnel identification, background checks, and the use of dual identification credentials. Failure to meet service standards may result in payment deductions or contract termination. The document underscores the government's commitment to maintaining sanitary conditions in its facilities, ensuring all practices comply with health and environmental standards. Overall, it serves as a comprehensive guide for contracting janitorial services, detailing the responsibilities of both the contractor and government representatives while maintaining rigorous quality controls.
The document comprises two certification sections: one for corporate or LLC entities and another for partnerships, regarding the authority of individuals to sign a lease on behalf of their respective organizations. In the corporate/LLC certificate, the individual certifies their role and confirms that the person who signed the lease has the authority granted by the governing body of the corporation or LLC. The partnership certificate serves a similar purpose, with a general partner affirming their authority and that of another partner who also signed the lease, as per the partnership agreement. Each section includes a space for the date and a seal, indicating formal validation. The context suggests these certifications are likely required for compliance in federal or state RFPs and grant applications, ensuring that all parties involved in a lease have the legal capacity and authority to bind their organizations. This document is crucial for establishing legal credibility in contractual engagements related to government procurement processes.
The provided document serves as an authorization certificate for a property manager acting on behalf of a property owner in a federal lease agreement. It aims to affirm that the designated agent is legally empowered to enter into a lease with the government on behalf of the owner of the specified property. The document requires the owner to identify themselves and their appointed agent, granting the agent comprehensive authority, including signing the lease, managing financial transactions related to the property, and handling maintenance issues. The owner must also sign the certificate for validation. This formal authorization is critical in the context of federal RFPs and grants, ensuring that the right parties are involved and that all agreements made are legally binding. The structure consists of a section for both the owner’s and agent's details, followed by a declaration of authority and space for the owner's signature. By affirming this agreement, the owner establishes clear responsibilities and powers of the property manager, enhancing accountability and streamlining communication during the leasing process with the government. Overall, the document underscores the necessity of clear representation in government property leases, facilitating compliance and efficiency in federal contracting.
The document is the Lessor's Annual Cost Statement, utilized in federal lease proposals managed by the General Services Administration (GSA). Its primary purpose is to estimate the annual costs associated with services and utilities provided by the lessor as part of a rental agreement, as well as the costs related to ownership excluding capital charges. Key sections include computations for various relevant services and utilities (cleaning, heating, electrical, air conditioning, etc.), and the identification of building specifics, including its address and rental area. Lessors are required to provide detailed cost estimates for these services for both the entire building and the area leased by the government. Additionally, the document outlines essential certifications regarding the accuracy of the entered data and compliance with relevant regulations. The thorough breakdown of costs aids the government in assessing fair market value and ensures budgetary planning aligns with community standards. This structured format supports effective decision-making for leasing government property and provides transparency in estimated costs.
The document is a GSA Form 3518-SAM that outlines the additional representations and certifications required for leasehold acquisitions within federal government procurement processes. It specifies that the "Offeror" is the property owner submitting an offer. Key elements include the classification of the property's North American Industry Classification System (NAICS) code and its small business size standards, alongside the requirement for registration in the System for Award Management (SAM). It emphasizes that corporations with unpaid federal taxes or felony convictions within the last 24 months are ineligible for contract awards unless certain conditions are met. Additionally, the form requires the Offeror to provide their Data Universal Numbering System (DUNS) number, further facilitating government contract processes. This form serves to ensure compliance with federal regulations and maintain the integrity of government contracts. Overall, it underscores the importance of transparency and accountability in federal procurement.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
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 - 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.
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 - 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-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.
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.
Recruiting Station - Armed Forces Career Center - Hollywood, 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 located in Hollywood, Florida. The procurement seeks a commercial storefront or retail space ranging from 5,444 to 6,805 gross rentable square feet, with specific requirements for secure parking for approximately twenty government vehicles, 24-hour access, and high-speed data connectivity. This facility will support military recruitment efforts and must comply with various federal, state, and local regulations, including security and construction specifications outlined in the attached documents. Interested parties should 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 April 28, 2025, ensuring they are registered in the System for Award Management (SAM) prior to award.
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 - Armed Forces Career Center - Hialeah, 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 3,164 to 3,955 gross rentable square feet in Hialeah, Florida. The leased space must accommodate parking for approximately twelve government vehicles and include all utilities and janitorial services, with a preference for a full-service lease over a five-year term. This procurement is crucial for establishing a functional Armed Forces Career Center, which plays a vital role in military recruitment efforts. Interested parties must submit their proposals, including a completed Proposal to Lease Space Worksheet, by email to John Jensvold at john.m.jensvold@usace.army.mil no later than 4:00 PM on May 7, 2025, and ensure registration in the System for Award Management (SAM) prior to contract award.