Recruiting Station-Armed Forces Career Center-Kona, Hawaii
ID: DACA845250000200Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Lease No. DACA845250000200 between the U.S. Government, represented by the U.S. Army Corps of Engineers (USACE), and a private Lessor for the rental of office space for recruiting purposes. The lease is set for a term of five years, with conditions for potential termination, renewal, and adjustments based on funding availability. Key provisions include specifications for the premises, required alterations, maintenance responsibilities, and the utilities to be provided by the Lessor. The Government will pay rent electronically and has rights to access the premises at all times. The Lessor must maintain the property to applicable standards, complete a joint condition report, and address emergency repairs promptly. The document emphasizes compliance with various regulations, detailing requirements for safety, maintenance, and accessibility for individuals with disabilities. It also notes the Government's protections against liabilities and stipulates procedures for disputes. This lease reflects the government's commitment to securing appropriate facilities for its operational needs while ensuring compliance with legal and safety standards. Overall, the document serves as a comprehensive framework for the lease agreement, highlighting mutual obligations of both parties.
    The document details the general clauses for Lease No. DACA845250000200, outlining responsibilities and rights of both the Government and the Lessor regarding the acquisition of leasehold interests in real property. Key clauses include stipulations on subletting, assignment, maintenance, payment processes, and compliance with laws. The Government retains the right to sublet or assign the lease, while ensuring that all obligations remain intact. Lessor's responsibilities include maintaining property standards and addressing defaults. Payment terms involve prompt payment regulations and anti-kickback procedures, affirming the necessity for financial compliance. The document also emphasizes equal opportunity directives and auditing rights to protect government interests in subcontracting situations. Through these clauses, the document serves to establish a clear, legally binding framework for the leasing agreement, ensuring accountability and mutuality of obligations between the parties involved. This framework aligns with the federal requirement for transparency and fairness in government contracting, reflecting standards often included in Requests for Proposals (RFPs) in the realm of federal grants and state and local procurements.
    The USACE Recruiting Form 1364 outlines requirements for submitting a proposal to lease space for government use. It includes vital sections on property identification, space dimensions, proposed rates, and lease terms. Key information required includes the building's ownership details, dimensions and management contacts, cost breakdowns (like rent and maintenance), and operational details such as compliance with fire safety and accessibility standards. The proposal must attach various documents such as lease initial pages and construction specifications. Moreover, it covers essential lease conditions like the government’s right to cancel and parking logistics. By completing this form, the offeror agrees to lease the specified property to the United States under defined terms, ensuring the space meets government specifications. This document serves to facilitate the acquisition of suitable office space and ensure compliance with applicable regulations and standards.
    The document outlines a space utilization analysis related to Army and Marine Corps facilities, focusing on various types of spaces including production, storage, tests, and office areas. It presents total net and gross space metrics, alongside the percentage allocations for the Army and Marine Corps. Key data includes a total gross space of 2,209 square feet, divided into different usage categories—specifying 773 square feet for the Army and 710 square feet for the Marines. The analysis also maps out travel distances for emergency exits and safety points, underscoring the importance of accessibility in case of emergencies. The document serves to inform decision-makers in the context of governmental RFPs and strategic planning for military infrastructure, prioritizing safety regulations and effective space management. Overall, it aims to ensure that military facilities are both functional and compliant with safety standards.
    This document outlines the construction and security specifications for military recruiting facilities under Lease No. DACA845250000200. It establishes a framework to ensure compliance with various laws and standards, emphasizing that any significant changes to construction plans require approval from the Corps of Engineers (COE). Key points include stringent regulations against using telecommunications equipment from specified foreign entities, detailed architectural and engineering drawing requirements, and compliance with federal, state, and local building codes. The document stresses the importance of energy efficiency, requiring the installation of Energy Star labeled products and HVAC systems that meet specified operational standards. It also delineates plumbing, electrical, and security specifications, including safeguards against fire risks, with mandatory features such as emergency lighting and fire extinguishers. Each military branch involved must have adequate space for operations, restroom access, and telecommunications needs. Overall, these comprehensive guidelines reinforce safety, operational efficiency, and compliance within military recruiting environments, highlighting the government's commitment to responsible facility management.
    The Recruiting Facilities Program outlines a bid proposal for construction specifications concerning various facility upgrades. The worksheet categorizes essential components into HVAC/Mechanical, Plumbing, Electrical, Communications, Safety & Fire Equipment, and Architectural finishes. Each category includes specific items ranging from general installations to specialized systems, emphasizing the bid's structured nature. Key components include HVAC installation, plumbing fixtures for restrooms and pantries, electrical setups for interior and exterior lighting, and safety equipment installations. Additionally, architectural finishes such as ceilings, walls, and tile work are specified, with particular attention to various branches of the military. The document stresses the importance of adhering to provided construction specifications from the U.S. Army Corps of Engineers (USACE) and requires complete submission of the bid worksheet to avoid rejection. Overall, this bid proposal reflects a comprehensive approach to infrastructure enhancement within federal and military facilities, demonstrating compliance and attention to detail in construction planning.
    This government document outlines the specifications and requirements for janitorial services to be provided to the U.S. Army Corps of Engineers (USACE) leased spaces. The janitorial services will be conducted twice a week during normal business hours, with specific protocols for contractor access to facilities, including that a Military Service Representative (MSR) must be present during service. Key tasks include regular cleaning, disinfecting high-touch surfaces, trash removal, restroom maintenance, and periodic deep cleaning tasks such as carpet cleaning and HVAC maintenance. The contractor is responsible for all necessary cleaning materials and must adhere to environmentally friendly practices. Performance metrics are established to ensure quality, and failure to meet standards may result in payment deductions or contract termination. Quality assurance procedures, including inspections and documentation of services performed, are mandated to maintain service effectiveness. This contract emphasizes the importance of reliable, scheduled janitorial services in maintaining cleanliness and hygiene in government properties, showcasing an organized approach to public facility maintenance.
    This document outlines the janitorial services required for military facilities as part of a federal contracting RFP. It details the frequency and specific tasks to be performed, such as vacuuming, mopping, restroom maintenance, and disinfecting high-touch surfaces. Services are categorized by frequency, ranging from weekly to annually, with specific tasks marked accordingly. The checklist mandates that contractors maintain identification at all times while working on-site, and contractors must log completion dates for tasks completed. The file serves as a guideline for janitorial contractors, ensuring consistent cleanliness and hygiene standards in military facilities. It emphasizes the importance of completing specified tasks, tracking their execution, and maintaining facility standards to prevent health hazards. The document is an essential part of ensuring that the selected contractors meet government expectations for maintenance and cleanliness in federal facilities, reflecting the government's commitment to creating safe and sanitary environments for military personnel. Accurate record-keeping and compliance with prescribed cleaning protocols are highlighted as critical aspects of the service delivery.
    This document serves as a Certificate of Authorization for corporate and partnership entities to validate the authority of individuals signing a lease agreement as Lessors. It outlines the necessary credentials of either a corporate representative or general partner, ensuring that such signatories possess the requisite powers granted by their governing bodies or partnership agreements. The corporate section includes fields for the name of the certifying official, their title, and the authorized signer, emphasizing the necessity of these details for legitimacy. Similarly, the partnership section highlights the partnership's structure and authority of its partners in executing the lease. The document structure ensures that legal and organizational responsibilities are clearly delineated, promoting transparency in governmental Request for Proposals (RFPs), federal grants, and local RFP engagements. This certificate ultimately reinforces the authenticity and accountability of the entities involved in lease agreements sought in governmental contexts.
    The document is an Agency Agreement that serves as a certification for a property manager acting on behalf of a property owner in the leasing process with the government. The Lessor affirms that the designated agent has the authority to execute the lease and manage all related obligations and matters concerning the property. Key aspects include empowering the agent to sign agreements, manage payments, oversee maintenance, and release any obligations tied to the lease. This certificate is a crucial component of government RFPs and grants, ensuring that the leasing authority is clear and legally binding, which facilitates the government's ability to lease property with assurance of compliance and proper representation by involved agents. Overall, it underscores the importance of valid authorization in property management arrangements during government transactions.
    The document outlines the procedures and requirements for seismic compliance in federally leased buildings, specifically under the Lease No. DACA 845250000200. It details a series of forms (Forms A-F) that must be completed by the Offeror and/or their engineers to confirm adherence to the Seismic Leasing Requirements rooted in the ICSSC Recommended Practice (RP 8). The forms vary based on whether the building is a benchmark, an existing structure, or under new construction and include requirements for retrofitting existing buildings. Each form serves a distinct purpose: Form A certifies benchmark compliance; Form B assesses existing buildings' safety levels; Form C outlines commitments for retrofitting or new construction; Form D addresses exemption claims; Form E certifies compliance post-retrofitting; and Form F certifies compliance for new buildings. A clear understanding of seismic standards and thorough documentation is essential to ensure safety in local and federal contexts, reflecting a government's commitment to building integrity and compliance. This requirement emphasizes the importance of earthquake safety in the design and renovation of federal facilities, aligning with public safety standards and regulatory frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Recruiting Station-Armed Forces Career Center - Hagatna Guan
    Active
    Dept Of Defense
    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).
    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).
    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.
    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.
    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 - 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.
    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.
    Wasilla Air National Guard Recruiting Office
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking proposals for a lease of approximately 344 square feet for the Air National Guard Recruiting Office in Wasilla, Alaska. The procurement requires bidders to provide a complete bid that meets specific criteria, including adherence to construction specifications, acceptance of the government lease terms without modifications, and competitive pricing for annual rent. This opportunity is crucial for establishing a functional recruiting environment that aligns with military standards and operational needs. Interested parties should direct inquiries to Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859, with proposals due by September 30, 2024.