Recruiting Station - Hawaii National Guard - Ewa Beach, Hawaii
ID: DACA845250000400Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Lease Proposals (RLP No. DACA845250000400) issued by the U.S. Army Corps of Engineers for a fully-serviced lease in Ewa Beach, Hawaii, with proposals due by October 30, 2024. The government seeks approximately 2,000 to 3,800 Gross Square Feet of space with specific requirements, including 24-hour access, communications infrastructure, direct egress, and sufficient parking. Key eligibility criteria encompass efficient layout, accessibility, fire protection, and compliance with environmental regulations. Offerors must ensure no hazardous conditions and complete environmental assessments as mandated. The government evaluates proposals based on price and technical factors, including location and overall building appeal, with the aim to award the lease to the most advantageous offer. The document emphasizes a structured submission process, requiring detailed pricing information, evidence of property control, and necessary compliance documentation. Ultimately, it serves to facilitate a transparent leasing process and supports governmental efforts in acquiring suitable facilities while ensuring regulatory adherence and safety standards are met.
    The U.S. Government Lease No. DACA845250000400 outlines a leasing agreement between the United States Army Corps of Engineers (USACE) and a Lessor for government use of a specified property. The lease duration is five years, contingent upon annual appropriations, with terms allowing for termination and renewal. Key provisions include description of premises, rental rates, maintenance responsibilities, and compliance with applicable laws and standards. The Lessor is obligated to provide tenantable premises compliant with building codes, manage utilities, and maintain common areas. The agreement establishes clear procedures for alterations requested by the Government, as well as emergency repairs and maintenance obligations. Rights regarding termination, alterations, inspections, and the handling of damages are specified, ensuring Government interests are protected. This lease exemplifies standard procedures for federal property management in alignment with federal regulations and budget constraints, ensuring a structured environment for governmental operations and compliance.
    The document outlines the general clauses associated with Lease No. DACA845250000400, particularly focusing on the acquisition of leasehold interests in real property by the U.S. Government, represented by the U.S. Army Corps of Engineers (USACE). Key provisions include terms regarding subletting, assignment, and compliance, which emphasize both parties' obligations and rights under the lease. Specific clauses address various aspects of property maintenance, conditions for occupancy, and the government's rights to inspect and ensure compliance with applicable laws. The document underscores the importance of mutual obligations and conditions for lease execution, detailing processes for addressing defaults by the lessor, including conditions under which the government may terminate the lease. Additionally, it incorporates various federal acquisition regulations relating to system management, payments, contractor responsibilities, and equal opportunity provisions. This comprehensive set of clauses ensures that the lease aligns with federal requirements and protects the interests of both the government and the lessor.
    The USACE Recruiting Form 1364 is a proposal document utilized for leasing space by the U.S. Army Corps of Engineers (USACE). It includes sections detailing the property description, offered space, rates, lease terms, and required attachments. The form collects vital information such as ownership details, building specifications, and dimensions, as well as the various costs associated with leasing, including base rent and maintenance expenses. The document also addresses legal and safety considerations, such as floodplain status, seismic safety, and asbestos presence. Additionally, it outlines the necessary certifications and acknowledgments from the offeror, ensuring compliance with government standards. The primary purpose of this form is to facilitate the government leasing process by providing a structured template for potential lessors to submit proposals effectively, thus supporting USACE's operational needs while adhering to federal leasing regulations.
    The document outlines specifications for a vandal-resistant video intercom entry control system and keypad, specifically the Aiphone brand. It highlights the provision of multiple components, including a sub-master station and monitors for different entry points such as the front and rear doors. The system includes a security NVR and conduits for secure installation, adhering to designated notes for placement and connectivity. The specifications stress the importance of durability and resistance to vandalism, reflecting a commitment to enhancing security features. This document serves as a request for proposals in alignment with local or federal security projects, aiming to upgrade entry control systems within municipal or government facilities while ensuring compliance with standards for safety and resilience.
    The document outlines construction and security specifications for military recruiting facilities, emphasizing adherence to federal, state, and local standards while addressing unique requirements for each military service. It mandates that all contractors obtain necessary permits, provide architectural and engineering drawings, and ensure that all installations meet stringent operational and security guidelines. Key highlights include restrictions on telecommunications equipment from specific foreign entities as mandated by the 2019 National Defense Authorization Act, and specifications for HVAC, plumbing, electrical systems, and architectural finishes. The document stresses the importance of coordination with the Corps of Engineers (COE) representative throughout the planning and construction processes. Compliance with energy efficiency standards, accessibility, safety measures including fire alarms and extinguishers, and guidelines for interior and exterior finishes are also emphasized. This structured approach promotes both functionality and security in the design and construction of military facilities. Overall, the document serves as a technical guide within government RFPs, aiming to ensure that military recruiting offices are constructed to meet operational needs while also supporting adherence to regulations and standards.
    The document outlines construction specifications for the U.S. Army National Guard, detailing requirements for interior paint, flooring, and restroom facilities. The primary color is Army National Guard White, complemented by khaki and green trims, with specific accent walls designated on approved floor plans. Interior flooring includes carpet in specified areas, Luxury Vinyl Tile (LVT) for reception and common areas, and Vinyl Composition Tile (VCT) for storage rooms. Exterior signage examples are referenced in appendices. The document emphasizes adherence to construction specifications in appendices A or B for precise implementation. Overall, this guidance is crucial for maintaining a uniform visual identity and functional infrastructure within Army National Guard facilities, ensuring compliance with federal standards for government RFPs and grants.
    The Recruiting Facilities Program includes a detailed Construction Specifications Bid Proposal Worksheet aimed at contractors participating in federal bids. The worksheet outlines various bid categories, including HVAC, plumbing, electrical, communications, safety equipment, architectural finishes, signage, security systems, and architectural design costs. Each category specifies the quantity required and their associated costs, where it lists a unit price of $1.00 for all items, totaling a grand bid proposal of $116.00. Contractors must ensure compliance with specifications from the US Army Corps of Engineers (USACE) to avoid rejection of their submissions. The document emphasizes that it should be completely filled out with all required details outlined in the relevant Appendix. The bid proposal worksheet plays a crucial role in standardizing the procurement process and facilitating necessary renovations or constructions associated with recruiting facilities for military branches, ensuring adherence to safety and operational standards while enabling transparent financial proposals for project execution.
    The document outlines the specifications and requirements for janitorial services to be provided in U.S. Army Corps of Engineers’ leased facilities. Services are to be performed three times per week during standard working hours (8:00 a.m. to 4:00 p.m.) with a focus on high cleanliness standards and the use of environmentally friendly cleaning products. Key responsibilities include trash removal, vacuuming, disinfecting high-touch surfaces, and maintaining restrooms. A military service representative (MSR) must be present during cleaning sessions, and any deviations must be scheduled in advance. The contractor is required to implement a Quality Control Program (QCP) to ensure service standards are met, with inspections reported to a Real Estate Point of Contact (POC). If service is deemed unsatisfactory, payment deductions may occur. Performance criteria establish acceptable and unacceptable service levels, emphasizing the importance of communication and correction of deficiencies. The document serves as a government Request for Proposal (RFP) and aligns with federal standards, focusing on maintaining safe and sanitary conditions in government facilities while ensuring accountability and compliance with environmental practices. Background checks and proper identification for contractor personnel are also mandated to uphold security within these federally controlled environments.
    The document outlines the janitorial services and responsibilities required for military facilities, emphasizing a structured cleaning regimen. Services include vacuuming, damp mopping, restroom supply provision, carpet spot cleaning, and glass cleaning, with tasks assigned varying frequencies throughout the month and year. Chief tasks span from regular trash removal to quarterly and annual duties such as shampooing carpets and changing HVAC filters. Contractor representatives must complete and certify the required tasks weekly, while military service representatives confirm the fulfillment of these duties. The document enforces stringent guidelines for cleanliness, including expectations for surfaces, restroom fixtures, and high-touch areas. Notably, janitorial contractors are mandated to wear identification badges during service. This document serves as a guideline for contractors engaged under federal and local RFPs, underscoring the importance of hygiene and maintenance in military infrastructure. Its detailed checklist format ensures accountability and transparency in service provision, aligning with governmental standards for facility upkeep.
    The document serves as a Certificate of Authorization for corporate entities or partnerships named as Lessors in a lease agreement. It outlines the responsibilities of a Secretary or Principal of a corporation or a General Partner in a partnership to certify the authority of an individual who signs the lease. The corporate section confirms that the signatory is acting within the powers granted by the corporate governing body, while the partnership section validates that the signing partner has the authority per the Partnership Agreement. Each section includes a space for the date and requires a seal, reinforcing the formal nature of the document. This certificate is essential in the context of government RFPs, federal grants, and state/local RFPs, ensuring legal and organizational compliance before entering binding lease agreements.
    The document serves as an Agency Agreement that authorizes a property manager to act on behalf of a property owner in leasing transactions with the government. It requires the property owner to certify their ownership of a specified property and to acknowledge that their appointed agent is legally empowered to sign leases and manage all related obligations. This includes authority over the collection of payments, maintenance of the property, and the ability to release obligations related to the lease. The agreement is structured to ensure that the property manager's authority is explicitly recognized, establishing clear boundaries for their role in the leasing process. This document is essential in the context of government RFPs and leasing agreements, as it confirms that the property being leased has a rightful and authorized representative who is competent to handle all aspects of the agreement, thus safeguarding the interests of both the owner and the government entity involved.
    This document outlines the Seismic Compliance Forms required for federal leasing proposals and grants, specifically under Lease No. DACA845250000400. It details a structured approach for Offerors to confirm seismic safety compliance with the “Seismic Leasing Requirements” based on various forms categorized into pre-award and post-award submittals. Key forms include: - **Form A**: Certifies compliance for Benchmark Buildings. - **Form B**: Confirms compliance for existing buildings evaluated against life-safety standards. - **Form C**: Covers commitments for retrofitting existing buildings or adhering to design codes for new constructions. - **Form D**: Allows Offerors to claim exemption from seismic standards based on specific criteria. - **Form E**: Certifies compliance of retrofitted buildings post-award. - **Form F**: Confirms compliance of newly constructed buildings post-award. The document also defines key terms and outlines the responsibilities of licensed engineers in assessing, certifying, and documenting compliance with seismic standards. This structured approach ensures that federally leased buildings adhere to safety standards, thereby mitigating risks associated with seismic events, aligning with federal regulations and promoting public safety in government facilities.
    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 - Hialeah, FL
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a retail storefront space to serve as an Armed Forces Career Center in Hialeah, Florida. The required space must range from 2,636 to 3,295 gross rentable square feet and include provisions for secure parking for six government vehicles, as well as specific interior configurations such as private offices, workstations, and a conference room. This facility is crucial for military recruitment operations, ensuring accessibility and functionality for service members and the public. Interested parties must submit their proposals, including a contractor's bid for the build-out, by 11:59 PM on October 4, 2024, to John Jensvold at john.m.jensvold@usace.army.mil, and must be registered in the System for Award Management (SAM) prior to award.
    DACA675250002600-United States Army Corps of Engineers (USACE) seeks to lease approximately 3,703 square feet of retail space in Federal Way, Washington for an Armed Forces Career Center
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is seeking to lease approximately 3,703 square feet of retail space in Federal Way, Washington, for an Armed Forces Career Center. The government requires a fully-serviced lease for up to five years, including base rent, utilities, janitorial services, and parking, with specific location criteria outlined in the solicitation. This procurement is crucial for establishing a recruiting office that meets operational and accessibility standards, ensuring effective recruitment efforts for the Armed Forces. Interested parties must submit their proposals electronically by October 18, 2024, and can contact Jessica Butko at jessica.I.butko@usace.army.mil or Mike Arne at Michael.L.Arne@usace.army.mil for further information.
    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.
    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.
    NEW US COAST GUARD RECRUITING OFFICE IN LONG ISLAND NY
    Active
    Homeland Security, Department Of
    The United States Coast Guard, under the Department of Homeland Security, is seeking to lease a retail space for a new recruiting office in Long Island City, New York. The facility must provide a minimum of 2,000 rentable square feet and accommodate five to seven personnel, with additional requirements including a kitchenette or storage area, a back door, and parking for two government vehicles. This recruiting office is essential for the Coast Guard's outreach and recruitment efforts, and the space must be available by May 1, 2025. Interested landlords must submit their expressions of interest, including property ownership documentation and other specified details, to Jonelle Thompson at Jonelle.G.Thompson@uscg.mil by the indicated deadline.
    NEW US COAST GUARD RECRUITING OFFICE IN QUAD CITIES
    Active
    Homeland Security, Department Of
    The United States Coast Guard, under the Department of Homeland Security, is seeking to lease a retail space for a new recruiting office in the Quad Cities area, specifically in Moline, Illinois. The facility must provide a minimum of 2,000 rentable square feet and accommodate five to seven personnel, ideally located in a retail shopping strip, with additional requirements including a kitchenette, a back door, and parking for two government vehicles. This opportunity is crucial for enhancing the Coast Guard's recruitment efforts, and interested landlords must submit their expressions of interest, including property ownership documentation and other specified details, to Jonelle Thompson at Jonelle.G.Thompson@uscg.mil by the deadline of May 1, 2025, as there are no bid documents available for this solicitation.
    NEW US COAST GUARD RECRUITING OFFICE IN LOS ANGELES NORTH
    Active
    Homeland Security, Department Of
    The United States Coast Guard, under the Department of Homeland Security, is seeking to lease a retail unit for a new recruiting office in Los Angeles, California. The facility must provide a minimum of 2,000 rentable square feet, accommodating five to seven personnel, with specific requirements including a kitchenette or storage area, a back door, and parking for two government vehicles. This procurement is crucial for establishing a functional recruiting presence in the area, with the space required to be available by May 1, 2025. Interested landlords must submit their expressions of interest, including property ownership documentation and other specified details, to Jonelle Thompson at Jonelle.G.Thompson@uscg.mil by the outlined deadline.
    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.