Recruiting Station-Armed Forces Career Center - Hagatna Guan
ID: DACA845250000300Type: 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 6,800 to 7,100 square feet of commercial retail storefront space in Hagatna, Guam, intended for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the Lessor to provide essential services including utilities, janitorial services, and adequate parking for government vehicles, with specific construction and operational standards outlined in the solicitation documents. This procurement is crucial for maintaining a functional and accessible recruiting center that meets military operational needs. Interested parties must submit their proposals electronically to Amy L. Capwell at amy.capwell@usace.army.mil by December 1, 2024, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Lease Proposals (RLP) from the U.S. Army Corps of Engineers (USACE) for a fully-serviced lease in Dededo, Guam, with responses due by December 1, 2024. The government seeks approximately 6,800 to 7,100 square feet of office space accommodating various specifications, such as 24-hour access, communication infrastructure, adequate parking, and specific safety standards. The RLP outlines the submission process, evaluation criteria, and eligibility requirements for offerors, emphasizing compliance with details related to environmental safety, accessibility, and seismic standards. It details documentation needed for the proposal, including leasing forms and additional certifications. Key factors in proposal evaluation include pricing, location, accessibility, neighborhood quality, building appearance, and fire safety. The RLP confirms that failure to meet requirements may result in disqualification. The Government retains the right to negotiate terms and can reject any offers deemed not in its interest. Overall, this RLP reflects the USACE's commitment to acquiring a space that meets operational standards while ensuring safety and environmental compliance.
    This lease agreement, identified as Lease No. DACA845250000300, formalizes the arrangement between the U.S. Army Corps of Engineers (USACE) and the Lessor for a five-year lease of a specified property. It outlines the premises to be leased, terms of tenancy, rental costs, and maintenance responsibilities. The Government will utilize the premises for its purposes, requiring adequate facilities and services including utilities and maintenance. The lease specifies that the commencement date is expected on September 1, 2025, contingent on the acceptance of the premises. The Lessor is tasked with ensuring the property meets all applicable codes and maintaining operational standards, including HVAC, water supply, and safety systems. The Government reserves rights for termination after giving a 90-day notice. Key provisions include responsibilities for alterations, terms for emergency maintenance, compliance with local laws, and conditions under which the lease may be terminated. The agreement emphasizes mutual obligations and sets out consequences for breach or default by the Lessor. This document serves to secure a professional and compliant work environment for USACE operations while ensuring legal safeguards for the Government's interests.
    The file outlines the general clauses associated with federal lease agreements, specifically referencing Lease No. DACA845250000300. It emphasizes the legal framework governing the acquisition of leasehold interests in real property, with clauses addressing subletting, assignment rights, and successors' obligations. Key points include provisions on maintenance responsibilities, compliance with laws, and the government's rights regarding occupancy and inspections. The document also incorporates specific clauses related to prompt payment, anti-kickback measures, and the utilization of small businesses, emphasizing adherence to federal regulations. Overall, this file serves as a comprehensive guideline for both the lessor and the government, ensuring mutual understanding of their obligations and rights under the lease agreement. It is a vital resource within the context of government RFPs and contracting processes, aiming to maintain transparency, accountability, and legal compliance.
    The USACE Recruiting Form 1364 outlines the proposal process for leasing space intended for government use. It includes a comprehensive structure that details the description of the premises, the space and rates offered, lease terms, and owner identification. Critical sections cover the property’s dimensions, occupancy ratios, cost allocations for various operating expenses (such as rent, maintenance, and utilities), and any necessary buildout costs. Proposers are required to submit evidence of their ownership or interest in the property and to provide information regarding compliance with regulations concerning flood plains, seismic safety, asbestos, fire/life safety, and accessibility standards. The purpose of this document is to facilitate the leasing process by ensuring all necessary information is gathered systematically for the consideration of lease proposals. Compliance with outlined requirements ensures that government operations are conducted safely and efficiently within the specified leased properties. The document reinforces the importance of adhering to conditions set forth in the Request for Lease Proposals (RLP) and details the steps for potential lessors to follow in their offer submission.
    The document outlines a proposal for the installation of a CCTV and NVR (Network Video Recorder) system across various government office layouts, specifically for recruiting facilities managed by the U.S. Army Corps of Engineers. It features a detailed layout highlighting areas for multiple service branches, including the Army, Navy, Air Force, and Marines, with specifications for camera placements—both inside and outside—along with necessary cabling and monitoring setups. Storage areas and office configurations are also indicated, ensuring visibility and security across facilities with separate entrances. The document stresses that in any conflicts between decision trees and specifications, the latter shall prevail, ensuring adherence to regulatory standards. This proposal reflects the federal government’s commitment to enhancing security infrastructure in its operations.
    The document outlines construction and security specifications for military recruiting facilities, emphasizing compliance with federal, state, and local regulations. It mandates that any deviations from approved plans must receive prior approval from the Corps of Engineers (COE). Key requirements include the use of energy-efficient components, installation of communication and security systems free from specifically prohibited foreign entities, and adherence to architectural design standards linked to military services. The specified mechanical, electrical, and plumbing systems must be concealed, with stringent HVAC performance requirements to maintain specific temperature ranges. The Lessor is responsible for obtaining necessary permits, delivering architectural engineering drawings for COE approval, and ensuring facility safety, including fire protection measures. A detailed paint and flooring schedule, alongside precise window and door specifications, ensure a secure and functional environment for military personnel. These guidelines aim to foster environmentally conscious, secure, and efficient military recruiting spaces, employing best practices in construction to safeguard sensitive operations and personnel safety. The document serves as a comprehensive template for contractors responding to government RFPs regarding military facility constructions.
    The Recruiting Facilities Program's Construction Specifications Bid Proposal Worksheet outlines requirements for contractors to bid on construction projects for military facilities. The worksheet includes detailed categories such as HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, and security systems, each with specific items and quantities required. It emphasizes that all information must adhere to construction specifications provided by a USACE representative, and failure to complete the worksheet thoroughly may lead to bid rejection. The document serves as a standardized form for contractors, ensuring compliance with federal standards while promoting organized procurement processes for essential facility upgrades. The ultimate goal is to secure bids that meet the needs of military branches, ensuring operational readiness through improved infrastructure and equipment.
    The document details the specifications and requirements for janitorial services to be provided at U.S. Army Corps of Engineers facilities. Services are to be performed twice weekly during normal business hours, overseen by designated Military Service Representatives (MSR). The contractor must ensure compliance with environmentally friendly practices and maintain a quality control program that includes inspections and a janitorial checklist. Tasks range from routine cleaning, trash removal, and restroom sanitation to periodic services like carpet cleaning and light fixture maintenance. The contractor is responsible for all necessary supplies and equipment, while the Government will not provide facilities or tools. Furthermore, regular evaluations of the contractor’s performance will dictate payment and may lead to penalties or termination for unsatisfactory service. Overall, the document outlines a comprehensive framework for maintaining cleanliness and hygiene within the facilities while ensuring accountability and adherence to standards.
    The document outlines the janitorial services to be provided for military facilities, structured as a checklist with specified tasks and frequencies. Key responsibilities include vacuuming floors, mopping hard surfaces, furnishing restroom supplies, and ensuring cleanliness of high-touch surfaces. The services must be performed on a routine basis, with specific tasks scheduled monthly, quarterly, and annually. A rating system (Satisfactory, Marginal, Unsatisfactory, Insufficient) is employed to evaluate service quality. The janitorial contractors are required to wear identification badges while on site and must confirm completion of tasks weekly. Proper documentation is emphasized, including changing HVAC filters, shampooing carpets, and documenting completion dates for various services. This framework ensures cleanliness and hygiene standards are consistently met in military environments, promoting health and safety. Overall, the file serves as a comprehensive guide for government contractors tasked with maintaining the cleanliness and operational readiness of military facilities.
    The document outlines the "Certificate of Authorization" required for corporations, LLCs, and partnerships involved in leasing agreements in government contracts and grants. It includes two main sections: one for corporate or LLC certification and another for partnership certification. In the corporate certificate section, the signer, identified by title, certifies their authority to validate the lease on behalf of the corporation/LLC, confirming that the signer has the rightful permissions as granted by the governing body. A similar process applies for partnerships, where a general partner certifies the authority of another partner to sign the lease, thereby binding the partnership as stipulated in their Partnership Agreement. This document serves as a key formality ensuring that individuals executing leases on behalf of an entity have the necessary authority, which is crucial in the context of federal RFPs, grants, and state/local requests for proposals, as it establishes the legal validity of the lease agreements being executed. Ensuring proper authorization is vital for compliance and legal integrity in governmental transactions.
    The document is an Agency Agreement authorizing a property manager to act on behalf of a property owner in relation to a lease with the government. It serves to certify that the specified owner(s) and the designated agent have the legal authority to enter and manage the lease arrangement, covering aspects such as signing the lease, handling financial transactions, and addressing maintenance issues. The owner acknowledges the agent's power to represent them for all lease-related matters and to fulfill obligations outlined in the agreement. The document requires the owner's signature along with their printed name and title, confirming their trust in the appointed agent's authority in managing the property leased to the government. This type of agreement is essential for clarity in roles and responsibilities in governmental leasing contexts, ensuring proper administration and compliance with legal standards.
    The document outlines the seismic compliance requirements for federal lease agreements, specifically detailing the processes and forms necessary for ensuring buildings meet the standards set by the Interagency Committee on Seismic Safety in Construction (ICSSC) and the American Society of Civil Engineers (ASCE). It details two sets of forms: pre-award forms (Forms A-D) and post-award forms (Forms E-F) that must be completed by the Offeror or their qualified engineer to confirm compliance or intention to retrofit. Pre-award forms address existing buildings' seismic evaluations, new constructions, and exemptions to standards based on size and seismicity. Post-award forms require certification of compliance for retrofitted or new buildings upon completion. Each form ensures adherence to safety standards and includes requirements for documentation and the role of a licensed engineer. This protocol reflects the federal government's commitment to occupational safety and standards in federal leased properties, indicating a structured approach to assessing seismic risks in various building contexts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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).
    Recruiting Station-Armed Forces Career Center-Kona, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for commercial retail storefront space in Kailua Kona, Hawaii, specifically for Armed Forces recruiting purposes. The government seeks a facility with 1,432 to 2,209 gross rentable square feet, including essential features such as 24-hour access, adequate parking for government vehicles, and compliance with various safety and accessibility standards. This procurement is vital for maintaining operational readiness and support for military recruitment efforts in the region. Interested parties must submit their proposals electronically to Amy L. Capwell at amy.capwell@usace.army.mil by December 1, 2024, and ensure they are registered in the System for Award Management (SAM) prior to award.
    Recruiting Station - Hawaii National Guard - Ewa Beach, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as a Hawaii National Guard Recruiting Center in Ewa Beach, Hawaii. The required space must range from 2,000 to 3,800 gross rentable square feet and include specific amenities such as 24-hour access, adequate parking for government vehicles, and necessary communications infrastructure. This procurement is crucial for establishing a functional recruiting facility that meets operational needs while adhering to federal standards. Proposals are due by October 30, 2024, and interested parties should submit their offers electronically to Amy L. Capwell at amy.capwell@usace.army.mil.
    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.
    ARMED FORCES CAREER CENTER - MOBILE, AL
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 4,200 gross rentable square feet of commercial retail space in Mobile, Alabama, specifically for Armed Forces Recruiting purposes. The Government seeks a full-service lease that includes base rent, common area maintenance (CAM), utilities, and janitorial services for a term of five years, with the option for termination rights, and requires non-exclusive parking for 11 government vehicles available 24/7. This opportunity is critical for supporting recruitment activities and ensuring the Government's operational needs are met in a suitable location. Interested parties should contact Cherish Pharr at cherish.j.pharr@usace.army.mil or Tony Gibson at tony.gibson@usace.army.mil for further details, and must ensure registration in the System for Award Management (SAM) prior to contract award.
    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.
    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.
    ARMED FORCES CAREER CENTER
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 4,544 square feet of commercial retail office space in Muskegon, Michigan, within a ¼ mile radius of 1795 E Sherman Blvd. The lease is intended to support military recruiting operations, requiring compliance with federal, state, and local construction codes, as well as adherence to specific military service requirements and energy efficiency standards. Proposals must be submitted by 5:30 PM on October 8, 2024, and interested parties can obtain additional information from Monalisa Zewatski at Monalisa.C.Zewatski@usace.army.mil or by phone at 502-315-7014. All contractors must be registered in the System for Award Management (SAM) prior to contract award.
    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.
    ARMED FORCES CAREER CENTER
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 3,423 square feet of commercial retail office space in Normal, Illinois, within a ¼ mile radius of 187 Mall Drive. The procurement aims to secure a suitable location for military recruiting operations, emphasizing compliance with federal regulations and construction specifications tailored for military facilities. Proposals must be submitted by 5:30 PM on October 8, 2024, and interested parties can obtain additional information by contacting Natasha Thomas at natasha.s.thomas@usace.army.mil or Andrea Heger at andrea.g.heger@usace.army.mil. All contractors must be registered in the System for Award Management (SAM) prior to contract award.