Recruiting Station- Armed Forces Career Center - Pago, Pago American Samoa
ID: DACA845250000100Type: 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 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).

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) has issued a Request for Lease Proposals (RLP) No. DACA845250000100, seeking offers for a fully serviced lease of approximately 2,540 Gross Square Feet and a minimum of 1,880 Net Square Feet in Pago Pago, American Samoa. Proposals must be submitted by November 1, 2024, and will be evaluated based on meeting specified criteria including accessibility, fire protection, and environmental considerations. The chosen lease will be awarded following a thorough evaluation of price and technical factors, emphasizing an efficient layout and compliance with government standards. The proposal must include detailed pricing information, evidence of ownership, and documents confirming compliance with regulatory obligations, including environmental assessments and seismic safety standards. The RLP outlines the review process and necessary documentation, ensuring that the lease will support the government’s operational needs while adhering to sustainability and safety regulations. Overall, this solicitation embodies the USACE's commitment to securing appropriate and compliant structures for its operations in American Samoa while prioritizing safety and environmental integrity.
    The document outlines a Lease Agreement (No. DACA845250000100) between the U.S. Army Corps of Engineers (USACE) and a Lessor for the rental of government premises. The lease term is five years, starting January 1, 2025, contingent upon appropriated funds. The Government shall occupy an exclusive space defined in square feet, including parking rights for six vehicles, with 24/7 access. Key provisions include the Lessor’s responsibilities for maintenance, utilities, alterations, and ensuring compliance with safety and building codes. The rent will be determined, payable monthly electronically, with clauses for termination rights, condition reports, and insurance certification included. The document also stipulates that the Government's obligation to pay rent is interdependent on the Lessor's performance and compliance. Further sections detail construction and alteration specifications, responsibilities for utilities, and requirements for safety systems like fire alarms and sprinklers. The Lessor must maintain high standards for property and service upkeep, ensuring tenantable conditions and compliance with applicable laws. The comprehensive nature of this Lease highlights both parties’ obligations and processes for managing the leased space in accordance with federal guidelines.
    This document outlines the general clauses associated with Lease No. DACA845250000100, which pertains to the acquisition of leasehold interests in real property by the U.S. Government. These clauses detail crucial aspects, including subletting and assignment rights, obligations of successors, and maintenance requirements for the leased property. Key provisions include the Government's ability to sublet or assign the lease with Lessor’s consent, the obligation of the Lessor to maintain the property in good condition, and liability in cases of fire or casualty damage. Moreover, it establishes compliance with federal, state, and local laws, emphasizing the requirement for a Certificate of Occupancy confirming adherence to safety regulations. It incorporates standards of conduct, such as anti-kickback provisions, equal opportunity mandates, and obligations regarding veteran employment reports. The lease also contains clauses related to payment processes and audit rights, ensuring transparency in financial dealings. Overall, the document serves as a comprehensive legal framework ensuring mutual obligations between the Government and the Lessor, facilitating effective property leasing for governmental functions while ensuring compliance with various regulatory requirements.
    The USACE Recruiting Form 1364 pertains to a proposal for leasing space, outlining specific details regarding the building and property involved. It includes sections for the description of the premises, spatial dimensions, cost breakdowns, lease terms, and required certifications. Key elements consist of the property name, leasing agent information, dimensions of space, rental costs, and communication details for involved parties. The document specifies various operating costs, including base rent and maintenance fees, crucial for financial transparency. It also includes conditions regarding maintenance responsibilities, floodplain designations, and safety compliance, emphasizing the importance of structural integrity, accessibility, and environmental considerations. Offerors are required to submit necessary attachments and evidence of authority to bind, establishing the seriousness of the leasing proposal. The document serves as a formal solicitation for offers from property owners to lease space to the government, ensuring all legal and operational standards are met for public use.
    The document outlines specifications for a CCTV/NVR system for recruiting facilities administered by the U.S. Army Corps of Engineers. It describes two system layouts: stand-alone and collocated designs, detailing the placement of cameras, service areas, and storage units. The document emphasizes the importance of ensuring appropriate cabling and the distinction between inside and outside cameras. It also specifies that if there are any conflicts between decision trees and project specifications, the specifications take precedence. The context suggests the document is part of a governmental effort to enhance security within military recruiting facilities through the proper installation of surveillance systems to protect personnel and equipment. This initiative aligns with federal requirements and operational standards.
    The government document sets forth construction and security specifications for Military Recruiting Facilities, emphasizing compliance with applicable standards, including federal and state regulations. It highlights that any significant alterations to designs must be approved by the Corps of Engineers (COE). Key provisions include restrictions on sourcing communications and security technology to exclude entities linked to the People's Republic of China, along with rigorous certification of compliance with the 2019 National Defense Authorization Act (NDAA). The document outlines requirements for architectural and engineering deliverables, plumbing, heating, ventilation, air conditioning (HVAC), and electrical systems. Clear guidelines are provided for the construction of restrooms, interior finishes, lighting, and security measures, as well as stipulations for energy efficiency standards. Importantly, the document mandates regular coordination with the COE for approvals on system installation, ensuring that all elements meet operational needs for military recruiters. This structured approach aims to provide a secure and efficient environment tailored to the specific needs of the military services operating within the facilities, signifying the government's commitment to integrity and compliance in constructing military recruitment spaces.
    The Recruiting Facilities Program encompasses a comprehensive bid proposal worksheet tailored for construction projects overseen by the U.S. Army Corps of Engineers (USACE). The document outlines various bid categories essential for facility construction, including HVAC, plumbing, electrical, communication, safety, architectural finishes, and security systems. Each category details specific items and their quantities, stressing the need for thorough completion of the worksheet to meet project specifications. Critical information is mandated according to the construction specifications outlined in the provided appendix. Additionally, the document notes the requirement for permitting fees and emphasizes that improper completion may lead to proposal rejection. Overall, this proposal serves as a structured tool for contractors to submit detailed bids for construction projects that meet the specific needs of military and government facilities, ensuring compliance and operational readiness.
    The document outlines the specifications and requirements for janitorial services to be provided to U.S. Army Corps of Engineers leased spaces. It mandates twice-weekly cleaning during business hours and emphasizes that a designated Military Service Representative (MSR) must be present during service. The checklist for janitorial tasks must be completed and signed weekly, ensuring compliance with cleanliness standards, including the use of eco-friendly products for cleaning and disinfection. Key services include trash removal, vacuuming, hard surface cleaning, restroom maintenance, and periodic carpet cleaning, among others. It also outlines performance criteria for contractor evaluation, quality control measures, and protocols for no-shows by either party. Contractors must manage their teams effectively and maintain adequate communication with MSRs while adhering to safety and operational requirements. Overall, this document serves as a formal guideline for contractors bidding on janitorial services, ensuring detailed compliance with the U.S. government’s standards for cleanliness, safety, and environmental responsibility in their facilities.
    The document outlines the janitorial services required for military facilities, specifying a detailed checklist of tasks to be performed on a daily, weekly, monthly, quarterly, and annual basis. It includes duties such as vacuuming, mopping, cleaning restrooms, removing trash, disinfecting high-touch surfaces, and changing light bulbs. Each task is categorized by frequency and accompanied by a rating system (Satisfactory, Marginal, Unsatisfactory, or Insufficient) to evaluate service quality. The service provider is required to maintain a clear record of performance and is responsible for the cleanliness and upkeep of specified areas, ensuring compliance with health and safety standards. Additionally, contractors must wear identification badges while on site. This document is crucial for establishing expectations and maintaining cleanliness within military facilities, reflecting the federal government's commitment to providing safe and hygienic environments.
    The document presents a Certificate of Authorization, which serves as a formal acknowledgment for entities entering into a lease agreement. It outlines two types of authorizations: one for corporations or LLCs and another for partnerships. For corporations or LLCs, the document requires the signature of a designated officer certifying that they have the authority to bind the entity within its corporate powers. In contrast, the partnership section designates a General Partner who verifies the authority of another partner to sign the lease on behalf of the partnership. Both sections include spaces for seals and dates, reinforcing the significance of providing official validation. This document plays a vital role in federal and state/local RFPs and grants as it ensures legal compliance and confirms the legitimacy of entities engaged in contractual agreements, thereby upholding transparency and accountability in government transactions.
    The document is a Certificate of Authorization for a property manager to act on behalf of the property owner in a lease agreement with the government. The purpose is to confirm the authority of the agent designated by the owner to sign and manage all aspects related to the lease of the specified property. The owner certifies their identity and the property location, stating that the agent is authorized to bind the owner to lease terms, collect payments, oversee maintenance, and release obligations applicable to the United States as part of the lease agreement. The document serves to ensure legal clarity regarding the responsibilities and authorities of both the owner and the agent in the context of federal leasing operations, thus highlighting the importance of proper authorization in government RFPs and agreements.
    The document outlines the seismic compliance requirements for buildings leased by the federal government, under Lease No. DACA84525000100. It details a series of forms—Forms A through F—related to seismic evaluations and certifications. Forms A and B are pre-award, focusing on compliance for benchmark and existing buildings, while Forms C, E, and F are post-award, addressing retrofits and new constructions. Offerors must provide documentation, such as engineers' evaluations and architectural plans, affirming that buildings either meet or will be retrofitted to comply with the Seismic Leasing Requirements, specifically RP 8 standards. Exemptions to these requirements can be claimed using Form D if certain conditions are met, such as the size of the leased space and its seismicity classification. Engineers must be licensed professionals, and adherence to recognized standards like ASCE/SEI 31 and ASCE/SEI 41 is required to ensure structural integrity and safety. The document aims to ensure that federal leased buildings comply with appropriate seismic safety standards, thereby protecting life and property in the face of potential seismic events.
    Lifecycle
    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.
    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, St. Augustine, FL
    Active
    Dept Of Defense
    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.
    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.
    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.
    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 - 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-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.
    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.
    Retail Space for Lease in Walnut
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking to lease retail space in Walnut, California, for an Armed Forces Career Center. The procurement aims to secure a full-service lease for approximately 920 to 1,140 gross square feet of existing Class A or B retail space, with specific requirements for accessibility, parking, and compliance with federal regulations. This facility will play a crucial role in supporting military recruitment efforts, ensuring a suitable environment for operations. Proposals are due by 5:00 PM Pacific Time on September 20, 2024, and interested parties should contact Joel Brambila at joel.brambila@usace.army.mil or 626-704-2246 for further details.