Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
MODIFICATION

X -- US Government Request for Lease Proposals, Medical Clinic Space, Schertz, TX - Amendment 2

Notice Date
1/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-9-16-0034
 
Response Due
11/16/2015
 
Archive Date
12/16/2015
 
Point of Contact
Phillip R. Cleveland, Phone: 8178861288
 
E-Mail Address
phillip.r.cleveland@usace.army.mil
(phillip.r.cleveland@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Lease Proposal - Firm Term wishes and offer dates changed; all other information remains the same from previous upload Sample Lease to be used upon selection - No change from previous upload Agency Special Requirements Part 2 - No change from previous upload Agency Special Requirements Part 1 - No change from previous upload Additional Documents - No change from previous upload **Updated 7 Jan 2016** INITIAL OFFERS DUE by 1/22/2016 BEST AND FINAL OFFERS DUE BY 3/18/2016 SEEKING OCCUPANCY BY 9/1/2016 F. The lease term shall be 5 Year Firm with 2 Five-Year Option Periods thereafter, with Government termination rights, in whole or in part, effective at any time after the Firm Term of the Lease by providing not less than 30 days' prior written notice. ** CLARIFICATION: The Government will entertain other lease terms, but 5 Year Firm with 2 Five-Year Options is preferred. **Updated 2 Dec 2015** INITIAL OFFERS DUE by 12/18/2015 **Updated 10 Nov 2015** INITIAL OFFERS DUE by 11/20/2015 **Updated 13 Oct 2015** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. **PLEASE SEE ADDITIONAL DOCUMENTS FOR MORE DETAILS ON THE REQUEST FOR LEASE PROPOSALS** INITIAL OFFERS DUE BY 11/16/2015 BEST AND FINAL OFFERS DUE BY 1/12/2016 SEEKING OCCUPANCY BY 9/1/2016 A. The Government is seeking a minimum of 15,000 (usable) to a maximum of 19,999 (usable) of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet (SF) of contiguous space within the Area of Consideration set forth below. See Section 2 of the Lease for applicable ANSI/BOMA standards. B. The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences. C. The Government requires 85 surface/outside parking spaces, reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease. Offeror shall include the cost of this parking as part of the rental consideration. D. As part of the rental consideration, the Government may require use of part of the Building roof for the installation of antenna(s). If antenna space is required, specifications regarding the type of antenna(s) and mounting requirements are included in the agency requirements information provided with this RLP. E. The Government may provide vending machines within the Government's leased area under the provisions of the Randolph- Sheppard Act (20 USC 107 et. seq.). If the Government chooses to provide vending facilities, the Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. Offeror shall provide necessary utilities and make related alterations. The cost of the improvements is part of Tenant Improvement (TI) costs. The Government will not compete with other facilities having exclusive rights in the Building. The Offeror shall advise the Government if such rights exist. F. The lease term shall be 1 Year Firm with 9 One-Year Option Periods thereafter, with Government termination rights, in whole or in part, effective at any time after the Firm Term of the Lease by providing not less than 30 days' prior written notice. ** CLARIFICATION: The Government will entertain other lease terms, but 1 Year Firm with 9 One-Year Options is preferred. ** G. Occupancy is required in accordance with the schedule outlined in the Schedule for Completion of Space paragraph under the Lease. AREA OF CONSIDERATION (JUN 2012) The Government requests Space in an area bounded as follows: ZIP CODE: 78154 Buildings that have frontage on the boundary streets are deemed to be within the delineated Area of Consideration. INITIAL OFFERS DUE BY 11/16/2015 **PLEASE SEE ADDITIONAL DOCUMENTS FOR MORE DETAILS ON THE REQUEST FOR LEASE PROPOSALS** **Updated 13 Oct 2015**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/DACA63-9-16-0034/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN03986082-W 20160109/160107235055-f2be933b5bd51df862f8302bbefbccf9 (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.