Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

X -- Govt Lease San Antonio, TX GS-07P-17333

Notice Date
7/22/2014
 
Notice Type
Justification and Approval (J&A)
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Realty Services (7P), 819 Taylor Street, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
3TX1090
 
Archive Date
8/22/2014
 
Point of Contact
Ryan Lindberg, Phone: 817-978-0437
 
E-Mail Address
ryan.lindberg@gsa.gov
(ryan.lindberg@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
3TX1090
 
Award Date
7/2/2014
 
Description
U.S. General Services Administration GSA Region 7 Leasing Division Justification for Other than Full and Open Competition Lease Number: LTX15354 (current) new lease # TBD Project Number: 3TX1090 Agency Name: DHS/ICE •1. Identification and Description of Action Being Approved: The General Services Administration currently leases 9,727 rentable square feet (RSF) of office space at 40 NE Loop 410 under lease number GS-07P-15354 for the DHS/ICE. The current lease expires 2/18/14. Approval is requested to negotiate a succeeding lease with the incumbent lessor without full and open competition for continued occupancy at this lease location. •2. Description of Supplies or Services Required: DHS/ICE submitted a continuing need letter on 11/1/13 for 9,727 rentable square feet of office and related space. This requirement is for 9,727 RSF of space for a five year term to commence on 9/1/14. The estimated annual cost of this lease is $19.75 / rentable square feet per year for an annual cost of $192,108.25. The delineated area is the city limits of San Antonio. •3. Identification of Statutory Authority: 41 U.S.C. 253(c) (1): Only one responsible source and no other supplies or services will satisfy agency requirements •4. Demonstration that the Acquisition Requires use of the Authority Cited: GSAM 570.402-5 allows for negotiation with the incumbent lessor when a cost-benefit analysis shows that the Government cannot expect to recover relocation and duplication costs through competition. GSA placed an advertisement conforming to GSAM 570.402-2 on the Federal Business Opportunities Web site ( fedbizopps.gov ) on 11/19/13 and received zero responses. The target rate on the Bullseye report was $19.75 / RSF, which will be used as the estimated rental rate at the current location. Other than the incumbent lessor, five properties were identified using Bullseye, and those properties were contacted to get their estimated rental rate. The property that was contacted with the lowest cost quoted a rate of $20.50 in its verbal estimate. Award to other than the current Lessor would require relocation of the entire requirement and would cause DHS/ICE to incur move and replication costs that would not be recovered through competition. Cost Benefit Analysis Acquisition of 8,458 ANSI/BOMA Office Area (ABOA) Square Feet Five Year (Full Term) Analysis: Present Location Alternate Location Five-Year Total Rent/Annual ABOA rate $960,541.25/$22.71 $997,198.20/$23.58 New amortized tenant improvements $0.00 $300,448.46 Cost of physical move. ** Include the following information in the estimate: •· Number of people moving •· Number of cabinets or estimate 2 cabinets/person •· Number of boxes (or number of boxes per person) •· Number of existing workstations to disassemble, move, and reassemble •· Move freestanding furniture ($/ABOA SF; # of rooms). •· Temporary contingency storage fees per workstation per month, if appropriate •· Furniture project management fees •· Space planning project management fees $0.00 $29,386.63 Voice and data move. ** Includes both move and replacement costs, since moves sometimes trigger replacement of equipment that otherwise would have been used for a longer time. Include the following elements in the estimate: •· Purchase and install new ISDN phone systems •· Purchase new handsets •· New voice/data ISDN line •· Relocate existing voice/data ISDN line (including phones in conference rooms, lines for fax machines, etc. •· Purchase and install new analog phone system •· New voice/data analog line (fax) •· Purchase new switch •· Purchase new phones and voicemail system •· Purchase new LAN printer (data line) •· Relocate existing LAN printer (data line) •· Purchase and install new computer equipment •· Relocate existing computer equipment •· Relocate computer rooms (# rooms $/ABOA SF/room) •· Telecommunications project management fees $0.00 $27,427.52 Duplication of Reimbursable Work Authorization (RWA) alterations (above agency customization tier) $0.00 $0.00 Temporary storage fees, include contingency storage fees per workstation per month, if appropriate $0.00 $0.00 Total five-year cost/annual ABOA rate (no escalations included) $960,541.25/$22.71 $1,354,460.81/$32.03 Full Term lease savings $393,919.56 $0.00 ** Estimate the cost of relocation by conducting market research, which involves: •· Reviewing PBS & Federal Acquisition Service client agency costs for recent relocation services •· Asking private companies their costs for recent relocations •· Searching for printed and on line advertisements for relocation services with quoted rates •· Calling service providers for quoted rates. The cost of relocating DHS/ICE using the low cost quote exceeds the cost of remaining at 40 NE Loop 410. The savings to the Government is $393,919.56. Based on this cost-benefit analysis, the Government cannot expect to recover relocation and duplication costs through competition. Therefore, the Government intends to negotiate a succeeding lease and remain at its current location. •5. Description of Efforts to Solicit as Many Offers as Practical: On 11/21/13 Ryan Lindberg, GSA conducted market research and identified six potentially acceptable locations (five plus the incumbent) that might meet the agency's needs within the delineated area. In addition, an advertisement was placed in FedBizOpps on 11/19/13 and GSA received zero responses. •6. Demonstration that the Anticipated Cost will be Fair and Reasonable: In accordance with Federal Acquisition Regulation (FAR) 6.303-2(a) (7), the Contracting Officer determines by certifying this document that the anticipated cost to the Government of $19.75/ RSF for the entire requirement is fair and reasonable. Recent market research conducted by Ryan Lindberg, GSA in San Antonio, Texas showed the rental rate within the delineated area ranges from $ 19.75 - $26.00 per RSF. •7. Description of the Market Survey Conducted: On 11/21/13 Ryan Lindberg, GSA conducted market survey that identified the following five locations including the incumbent: Market Data for the Area Address Asking Full Service Rental Rate a. 70 NE Loop 410 $25.50 b. 601 NW Loop 410 $25.00 c. 613 NW Loop 410 $23.00 d. 7330 San Pedro Avenue $20.50 e. 9601 US Highway 281 $26.00 f. 40 NE Loop 410 (current location) $19.75 •8. Other Facts Supporting the use of Other Than Full and Open Competition: Not Applicable. •9. List of Sources that Expressed an Interest in the Acquisition: None •10. Statement of Actions to Overcome Barriers to Competition: Not Applicable. •11. CONTRACTING OFFICER CERTIFICATION By signature on this justification for Other than Full and Open Competition, the Contracting Officer certifies that the award of a succeeding lease of [amount of space] RSF is in the Government's best interest and that this Justification is accurate and complete to the best of my knowledge and belief. •12. TECHNICAL REQUIREMENTS PERSONNEL CERTIFICATION I certify that by signature on this Justification for Other than Full and Open Competition, the supporting data used to form the basis of this Justification is accurate and complete to the best of my knowle dge and belief. REVIEW, CONCURRENCE AND APPROVAL FAR Part 6.303 requires that information on which the Justification is based be certified as complete and accurate by the technical or requirements personnel. FAR Part 6.304 specifies that the justification must be approved in writing by a specified designee (position title from FAR used above) based on TCV. No additional guidance is included in GSAM Part 506.3. *Regional practice requires concurrence by the Leasing Director and Legal Counsel where TCV>$650,000, by the RC where TCV>$12.5M and by all lower level approvers. M=Million NAR=Net Annual Rent (Annual Rent less Operating) TCV=Total Contract Value HCA=Head of Procuring Activity SPE=Senior Procurement Executive
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7P/3TX1090/listing.html)
 
Place of Performance
Address: 819 Taylor St, Fort Worth, Texas, 76008, United States
Zip Code: 76008
 
Record
SN03433612-W 20140724/140722235402-531a73c203494c3c3f7ca3219091fa71 (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  © 1994-2020, Loren Data Corp.