Anchorage Air Force Hub Recruiting Office
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army / USACE (W2SN ENDIST ALASKA) is soliciting proposals for a fully-serviced retail space to establish an Air Force Recruiting Office in Anchorage, Alaska. The requirement is for approximately 1800 Gross Square Feet (GSF) under a five-year lease with government termination rights. Initial offers are due April 11, 2025.
Scope of Work
The Government seeks a turnkey lease for retail space, approximately 1800 GSF, located within Anchorage, AK. The lease must be fully serviced, encompassing base rent, Common Area Maintenance (CAM), utilities, janitorial services, and parking. The space must accommodate all requirements of the FY25 Construction Specifications for production offices, which include significant security enhancements such as video entry control, CCTV, dual roller shades, fragmentation film on windows, and specific telecommunication wiring. The Lessor will be responsible for all costs associated with tenant improvements and the build-out. Additionally, the property must provide parking for up to 7 government vehicles and adequate parking for privately owned vehicles. Janitorial services must adhere to the detailed specifications outlined in Exhibit F.
Contract & Timeline
- Opportunity Type: Solicitation for a fully-serviced operating lease (OMB Circular A-11).
- Duration: Five (5) years, with the Government retaining termination rights.
- Set-Aside: Local Area Set-Aside (LAS) (FAR 26.2).
- Initial Offers Due: April 11, 2025, by close of business (11:59 p.m. PST).
- Published Date: March 12, 2025.
Submission Requirements
Offerors must submit a complete bid package including:
- A completed Rental Proposal Worksheet (Exhibit C).
- Proof of active SAM.gov registration (CAGE code).
- A proposed floor plan.
- Three (3) construction bids for the build-out, strictly adhering to the Construction and Security Specifications (Exhibit D) and utilizing the Construction Specifications Bid Proposal Worksheet (Exhibit E). Bids must be accurate, complete, and include all taxes, fees, and tear down/haul away expenses.
- Acceptance of the standard government lease (Exhibit A) and General Clauses (Exhibit B) as written.
- If applicable, Authorization for Property Manager (Exhibit H) or Certificate of Authorization (Exhibit G).
- GSA Form 3518 SAM Representations and Certifications (Exhibit J).
- GSA Form 1217 Lessors Annual Cost Statement (Exhibit I).
Evaluation Factors
Award will be based on the most economically advantageous bid that provides the best value to the Government. Evaluation criteria include: meeting recruiting mission requirements, location, lessor past performance (if applicable), site visibility, and pricing consistent with comparable local sites. Technical factors such as location within the delineated area, neighborhood, ease of access, parking availability, overall appearance, compatibility of adjacent businesses, potential for signage, floor plan/layout, and high-speed internet will also be considered. Negotiations may be conducted with offerors in the competitive range.
Contact Information
- Primary Contact: Amy DelaCruz
- Email: Amy.n.Delacruz@usace.army.mil
- Phone: 907-753-2859