Federal Contract Opportunity

Last Updated on 12 Mar 2025 at 9 PM
Solicitation
Anchorage Alaska

Anchorage Air Force Hub Recruiting Office

Details

Solicitation ID DACA855260000100
Posted Date 12 Mar 2025 at 9 PM
Response Date 11 Apr 2026 at 7 PM
NAICS Category
Product Service Code
Set Aside Local Area Set-Aside (FAR 26.2)
Contracting Office W2sn Endist Alaska
Agency Department Of Defense
Location Anchorage Alaska United states 99501

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

National Industries For The Blind

Wayne Earth city Alexandria

Theodor Wille Intertrade Gmbh

Zug Frankfurt am main Frankfurt

Sign up to access Documents

Signup now

The Government currently occupies office and related space under a lease that will be expiring and will consider alternative space if economically advantageous. The Government is seeking retail space consisting of approximately 1800 gross square feet of space, and parking for up to 7 government vehicles (sign designated preferred) for an Air Force Recruiting Office. The lease shall be a fully serviced lease for a term of five (5) years, with the Government having termination rights. All offers must be within Anchorage, Alaska. Offers to include base rent, CAM, utilities, janitorial, and parking.

If awarded to a new location, this office would be relocated immediately upon completion of construction of the office space to accommodate all requirements pertaining to the FY25 Construction Specifications for production offices with the lease start date commencing upon acceptance of space by the government (see attached Construction Specifications.)

In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements and is economically advantageous, as well as costs likely to be incurred through relocation. The requirements for consideration of award will entail a complete bid that consists of the following criteria at a minimum:

  • Space must meet established square footage requirements and be within Anchorage, AK.
  • Acceptance and use of government lease, with no changes to the standard language, clauses or conditions within the lease as designated by the Government (see attached Standard Lease Template and General Clauses.)
  • Competitive rates of base cost per square feet for annual rent (see attached Proposal to Lease Form). Include a breakout of operation expenses including janitorial services costs based on the attach Janitorial Specifications.
  • All costs and materials affiliated to meet the requirements of the Construction Specifications (including all safety and security enhancement’s) will be considered Tenant Improvements with no reimbursement from the Government upon completion of the construction or through amortization within the lease.
  • Lease will be awarded to the most economically advantageous bid which provides best value to the Government.

Evaluation criteria to include, but not limited to: meets recruiting mission requirements, location, lessor past performance (if applicable), site visibility, and pricing consistent with comparable sites in the local area. Offered space must meet the Governments requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent the building owners. Representatives of building owners must include the exclusivity grating the exclusive right to represent the building owner with their response to the advertisement.

Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), a proposed floor plan and the construction bids for build-out meeting the construction specifications.  Attached is a copy of the Rental Proposal Worksheet, lease document, the General Clauses, Proposal to Lease Space, Construction Specifications, Construction Bid Proposal Worksheet, Janitorial Specifications, Agency Agreement, and a floor plan template.  Please review all documents carefully and make sure that you agree to the terms presented.  The government lease and the general conditions are standard and are for the most part is not negotiable and must be accepted as written and shown on the attached file.  Review the construction specifications completely as they stipulate additional lessor responsibilities.

Three (3) construction bids for the build-out are requested.  After a bid is accepted, no change orders are authorized, so bids need to be accurate and complete (including all taxes and fees).  Special attention should be given to security requirements (video entry control system, closed circuit television system and video recording, dual roller shades on exterior windows, fixed panel shade on exterior entry door and peep hole in secondary exit, perforated window wrap),  fragmentation film on exterior windows/glass doors, telecommunication wiring requirements, addition of water fountain, signage, paint, wall graphics, phone jacks, electrical outlets and spec'd carpet squares.  These are items that can add a significant cost and may be overlooked in the bid process; however, all items in the specifications need to be followed, even if code does not require the item (i.e. smoke detectors, fire extinguishers, etc.).  Bids shall include any tear down/haul away expenses.

Initial offers are due no later than close of business on 11 April 2025.  After the receipt of initial offers, the named Realty Specialist or other authorized representative will conduct negotiation on behalf of the Government. Verbal or written negotiations will be conducted with Offerors that are within the competitive range. The competitive range, which will be established by the Realty Specialist, will be based on the lease cost and other award factors stated in this solicitation. All Offerors will be included that have a reasonable chance of being selected. Negotiations are considered closed at the due date and time of best and final offers.

Similar Opportunities

Warren Ohio 09 Jul 2025 at 9 PM
Kendallville Indiana 08 Jul 2025 at 9 PM
Columbus Ohio 09 Jul 2025 at 9 PM
Louisville Kentucky 09 Jul 2025 at 9 PM
Alliance Ohio 09 Jul 2025 at 9 PM