SOLICITATION NOTICE
X -- Lease of space in Aguadilla, PR
- Notice Date
- 6/23/2010
- Notice Type
- Presolicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
- ZIP Code
- 20535
- Solicitation Number
- SFO-905031
- Archive Date
- 6/29/2010
- Point of Contact
- Mischele R Quarles, Phone: 202-324-1144, Almeta A Dixon, Phone: 202-324-0566
- E-Mail Address
-
mischele.quarles@ic.fbi.gov, almeta.dixon@ic.fbi.gov
(mischele.quarles@ic.fbi.gov, almeta.dixon@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- The United States Government currently occupies office and related space in a building under lease in Aguadilla, Puerto Rico. The Government intends to negotiate with Pridco, 355 F.D. Roosvelt Avenue, Hato Rey, Puerto Rico, a lease for approximately 11,402 contiguous rentable square feet of office space to include on-site reserve parking for seventeen (17) official vehicles. The rentable space must yield a minimum of 10,090 contiguous ANSI/BOMA Office area square feet (OASF). The anticipated lease term is 3 years, 1 year firm. The space must be available for occupancy by October 1, 2010. This advertisement is being issued as a Solicitation for Offers (SFO) #905031. The NAIC is 531190 and the size standard is based on gross receipts of six million dollars. Other applicable requirements to include: Public transportation and parking must be within three blocks of the building. Facilities that provide underground parking shall have access controlled parking restricted to building tenants only. Facilities that provide open/general public parking below a facility will not be considered. Space shall be contiguous; second floor or higher is required. Space on first floor will be considered only when no other space is available or if deemed appropriate. Additional security requirements maybe required for first floor space. A 20 foot stand-off distance shall be provided from the curb line or nearest point accessible by a vehicle to the façade of the building to house the tenant. Facilities shall provide or be able to provide established access control procedures. Methods such as electronic access control systems, guards, positive identification procedures and controlled elevator access be used as selection criteria. This access control method should extend to all perimeter entry/exist points, loading docks, parking garage, and emergency exits. Cleaning personnel, key personnel and /or any individual designated by the FBI who require access to any existing or proposed facility, property or information must accurately complete a background investigation, the scope of which will be a the discretion of the Government. The Government reserves the right to Security Guards (may be Government-furnished), as may be deemed necessary for full building occupancies. This notice of intent is not a request for competitive offers. However, interested persons may express their interest in writing within five (5) calendar days of this publication. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements, as well as cost likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. Prospective offers must include the following information in their response: Building name and address and location of the available space within the building, rentable square feet available and expected rental rate per rentable square foot, fully serviced; ANSI/BOMA Office area square feet (OASF) to be offered and expected rental rate per OASF fully serviced, building ownership information, amount of parking available on-site and its cost, energy efficiency and renewable energy features existing within the building. A determination by the Government whether to relocate will be based, in part, on information received in response to this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/SFO-905031/listing.html)
- Place of Performance
- Address: Aguadilla, PR, United States
- Record
- SN02186471-W 20100625/100623235514-d164f2b6d8255bfa31b21d013b00a4eb (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 |