Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2007 FBO #2183
SOLICITATION NOTICE

X -- OFF-SITE LEASE SPACE FOR NASA

Notice Date
11/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ08225759Q
 
Response Due
12/3/2007
 
Archive Date
11/16/2008
 
Point of Contact
Maria J. Alberty, Contract Specialist, Phone 281-244-5338, Fax 281-483-9741, Email maria.j.alberty@nasa.gov - Karen D. Kelldorf, Contracting Officer, Phone 281-483-1863, Fax 281-483-9741, Email karen.d.kelldorf@nasa.gov
 
E-Mail Address
Email your questions to Maria J. Alberty
(maria.j.alberty@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a revised Request for Quotations (RFQ) for leased office space that will house NASA Johnson Space Center (JSC) employees. The Government?s baseline requirements are required submittals in the Offeror?s proposal in order for the proposal to be considered for further evaluation. The Government?s value characteristics, or trade-offs, are not required characteristics in the Offeror?s proposal; however, they are highly encouraged. The Government contemplates a firm fixed price contract. The lease will have a twenty four month period of performance with four 3-month options for a total thirty six month potential period of performance. BASELINE REQUIREMENTS: The Government has a minimum requirement of 13,000 and a maximum requirement of 15,000 square feet of commercial office space. 1. Size: The building shall have a minimum of 13,000 available square feet. 2. Space configuration: The building shall provide a combination of open space and single offices. 3. Single offices: The building shall provide at least fifteen single offices. 4. Conference rooms: The building shall provide two conference rooms, one of which seats at least 50 people, and two small breakout rooms suitable for seating at least ten people. 5. Access: The building shall be open to NASA employees for nominal access from 6:00 am to 8:00 pm seven days a week, with limited, controlled access capability twenty-four hours a day. 6. Parking: Parking spaces shall accommodate approximately 100 people. 7. Building classification: The office space shall be identified, at a minimum, as CLASS B office space. CLASS B space is a classification used to describe buildings that generally qualify as a more speculative investment, and as such, command lower rents or sales prices compared to CLASS A properties. Such buildings offer utilitarian space without special attractions, and have ordinary design, if new or fairly new; good to excellent design if an older non-landmark building. These buildings typically have average to good maintenance, management and tenants. They are less appealing to tenants than Class A properties, and may be deficient in a number of respects including floor plans, condition and facilities. They lack prestige and must depend chiefly on a lower price to attract tenants and investors. VALUE CHARACTERISTICS: 1. Size: Consideration will be given to proposed buildings that offer a minimum of 13,000 and a maximum of 15,000 available square feet on one floor. 2. Space configuration: Consideration will be given to proposed buildings that offer the maximum contiguous space, up to 15,000 square feet. 3. Single offices: Consideration will be given to the number of single offices in excess of fifteen offices. 4. Conference rooms: Consideration will be given to the number and seating limit of conference rooms in excess of the baseline requirement. 5. Parking spaces: Consideration will be given to the number of parking spaces in excess of 100 spaces. 6. Building classification: Consideration will be given to CLASS A office space. CLASS A space is a classification used to describe buildings that generally qualify as extremely desirable investment-grade properties and command the highest rents or sale prices compared to other buildings in the same market. Such buildings are well located and provide efficient tenant layouts as well as high quality, and in some buildings, one-of-a-kind unique floor plans. These buildings contain modern mechanical systems, and have above-average maintenance and management as well as the best quality materials and workmanship in their trim and interior fittings. They are generally the most attractive and eagerly sought by investors willing to pay a premium for quality. 7. Occupancy date: Consideration will be given to properties available for occupancy by January 7, 2008. 8. IT Cost Considerations: a. Line of Sight: Consideration will be given to proposals that have an unobstructed clear line of sight from the roof of the facility to the roof of Building 45 (the second tallest building on the JSC campus) with a maximum range of 3 miles. This will allow for wireless communications. b. North Side of NASA Parkway: Consideration will be given to proposed buildings that are located on the north side of NASA Parkway. This will allow compatibility with other Government communications systems. c. Proximity: Consideration will be given to proposed property?s proximity to NASA JSC. ADDITIONAL INFORMATION: Once leased, the property may undergo minor modifications such as moved walls, doors, electrical outlets, and installation of security systems to accommodate the needs of NASA JSC. Any prohibitions or restrictions against such modifications shall be expressly stated in the proposal. The Government intends to view the proposed property after receipt of proposals. Dates and times will be determined with the Offerors after receipt of proposals. INSTRUCTIONS FOR PROPOSAL PREPARATION: 1. Proposals shall address, at a minimum, all baseline requirements. 2. Proposal shall address the following pricing information: a. Proposal price shall include a firm fixed price for the basic twenty four month lease with separate firm fixed pricing for each of the four 3-month option periods. b. The firm fixed price for the basic twenty four month lease and each of the four 3-month option periods shall include all additional elements such as, but not limited to, overhead, management fees, janitorial fees and utilities. c. A per hour price for building operations after hours (such as air conditioning use). 3. In addition, Offerors shall submit: a. A floor plan clearly identifying the proposed available space. b. An indication of normal business operating days and hours. 4. Proposals must be submitted to the contracting activity identified below by 3 PM CST 12/3/07: NASA JSC Attn: Maria Alberty/BJ3 2101 NASA Parkway Houston, TX 77058 EVALUATION OF PROPOSALS: Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to price and other factors considered in the RFQ. The following trade-offs, or value characteristics, shall be used to evaluate offers: Size of the office space Space configuration of the office space Number of single offices Number of conference rooms Number of available parking spaces Classification type of the building Occupancy date IT cost considerations It is critical that Offerors provide adequate detail to allow evaluation of their offer. All contractual and technical questions must be submitted in writing (e-mail or fax) to Maria.J.Alberty@nasa.gov or 281.483.9741 no later than 12 PM CST 11/21/07. Telephone questions will not be accepted. The provisions and clauses in the RFQ are those in effect through FAC 05-20. This procurement is open to businesses of all sizes. The NAICS Code and the small business size standard for this procurement are 531120 and $6.5 Million, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers shall include, solicitation number, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2008), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Evaluation of Options (FAR 52.217-5) (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) FAR 52.212-5 (SEPT 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JAN 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective Offerors shall notify this office of their intent to submit an offer. It is the Offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#127819
 
Record
SN01454206-W 20071118/071116231520 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.