Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

X -- US GOVENRMENT REQUESTS SPACE IN ALEXANDRIA, LA - All Enclosures

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-5-17-0109
 
Archive Date
8/17/2017
 
Point of Contact
Colin M. Richards, Phone: 8178861207
 
E-Mail Address
colin.m.richards@usace.army.mil
(colin.m.richards@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
All Enclosures SUMMARY: The Government is requesting an offer to lease approximately 25,000 net usable square feet of existing warehouse space, in the Alexandria, LA area. A firm term lease for the period of 11 SEPTEMBER 2017 through 13 OCTOBER 2017 is proposed (this timeframe is flexible/negotiable). The lease shall be subject to the availability of annually appropriated funds as stated in the attached sample lease (Enclosure 1) for real property. The desired occupancy date 11 SEPTEMBER 2017. GENERAL REQUIREMENTS: A. The offer to lease should include the following: 1. Itemized rental proposal worksheet (Enclosure 2). A flat rental rate for full service rent is requested. 2. A copy of the legal description of the property and a site map. 3. Proof of ownership. B. The offer must be inclusive of the following: 1. Interior and exterior maintenance in accordance with the General Clauses 1 -48 (Enclosure 3). 2. All real estate taxes and insurance premiums with respect to the leased premises. 3. Common area maintenance. 4. Water and sewer 5. Trash removal must be accessible. 6. Electrical service. 7. Natural gas service (if applicable). 8. Single tenant space. C. Offer must be signed by the same individual who is authorized to sign the lease. D. Lessor/Offeror must complete GSA Form 3518, Representations and Certifications (Enclosure 4). The Offeror must obtain a Data Universal Numbering System (DUNS) number obtained from Dun & Bradstreet and also must be registered in the System Award of Management at the time of submission of offer. To remain active, Lessor/Offeror is required to renew registration annually. E. In accordance with Public Law 104-134 (10 USC 3332) all payments made by the Government must be made by electronic funds transfer (EFT) into an account of the Lessor's choosing (Enclosure 5). Please note that the address in the first section of the EFT form must be the same as the address contained in paragraph 3 of the sample lease. F. As required by Army Regulation AR 200-2, the Government must obtain information concerning the past use of the lease site. The Preliminary Assessment Screening form (Enclosure 6) is provided to help you assist us on this issue. G. Prior to final acceptance and execution of the lease by the Government, in accordance with public law, either a Government-employed or contracted appraiser must complete a fair market rental value appraisal report. The purpose of this report is to demonstrate and prove that the rental and any other consideration paid by the Government for the leased space is consistent with the rentals and other amounts paid by other tenants of the Lessor, if any, who lease similar size and quality of space. By submitting this offer, the Lessor agrees to cooperate with the appraiser by providing information on recent leases on the comparable form (Enclosure 7). Information that is provided by the Lessor will be kept confidential. H. Location: Space within 5 miles of Alexandria International Airport [city of Alexandria, LA] will be given priority. Priority will be given to space with at least 3 acres parking to accommodate a minimum of 20 vehicles and equipment, climate controlled space to accommodate a minimum of 100 people, restroom facilities on-site, controlled access to site, 24 hour access, and immediate access to runways. Local Representative: The Lessor shall have an on-site building representative, or a locally designated representative available to promptly respond to deficiencies, and to immediately address any emergency situations. Services: All utilities, maintenance, and repair to be provided by the Lessor during lease term. I. RENTABLE SPACE: Rentable space is the area for which a tenant is charged rent. It is determined by the building owner and may vary by city or by building within the same city. NEGOTIATIONS: Offers must be received by the initial date established at the top of this document. After the receipt of initial offers, the named Realty Specialist or other authorized representative will conduct negotiations on behalf of the Government. Oral or written negotiations will be conducted with offerors within the competitive range. The competitive range, which will be established by the Realty Specialist, will be based on lease costs and other award factors stated in this solicitation. All offerors will be included who have a reasonable chance of being selected for award. Offerors have a chance to submit a final offer by the best and final date established at the top of this document. Negotiations are considered closed at the due date and time of best and final offers. AWARD FACTORS: After the review of best and final offers is completed, the lease will be awarded to the offeror whose offer will be most advantageous to the Government, price and other factors considered. Following are the primary award factors used in evaluating the offer: Single tenant space with 24 hour controlled access Past Performance, Delivery Experience, & Delivery Time Total Cost (includes rent and Government build-out share) Efficiency of Space Layout Quality, Accessibility, and Amenities of Facility Direct access to runways After review of the best and final offers and the rating of the sites have been completed, the lease will be awarded to the offeror whose offer is the most advantageous to the Government. AWARD After the conclusion of negotiations, the Realty Specialist will prepare and forward to the successful offeror a proposed lease that shall consist of the following: 1.US Government Lease for Real Property 2.General Provisions 3.The pertinent provisions of the offer 4.The pertinent provisions of this Solicitation for Offers The final acceptance of the offer and award of the lease occurs upon the execution of the lease by the Chief of the Real Estate Division, Fort Worth District, Corps of Engineers, or other duly authorized individual.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/DACA63-5-17-0109/listing.html)
 
Record
SN04617392-W 20170810/170808232019-248ef92a96358e21a714774b376e6acc (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.