Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
MODIFICATION

X -- U.S. Government Lease for Real Property

Notice Date
8/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
DACA31-5-13-0003-S
 
Archive Date
9/18/2013
 
Point of Contact
Scott Shipman, Phone: 410-854-0760, Nina Albritton, Phone: 410-854-0744
 
E-Mail Address
Scott.A.Shipman@usace.army.mil, nina.albritton@usace.army.mil
(Scott.A.Shipman@usace.army.mil, nina.albritton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 1 The Government is amending this synopsis. The Government is changing the Rentable Square Footage (RSF) requirement from approximately 30,000 to 90,000RSF to approximately 90,000 to 425,000RSF fo Class A Building at a minimum in shell condition. All other terms and conditions remain the same. ************************************************************* Approximately 30,000 to 90,000 SF of Administrative Office Space- Meeting Level III Facility Security level of the Interagency Security Committee (ISC) incorporated with the UFC 4-010-01 dated: 9 February 2012 Synopsis: This proposed procurement is subject to the following conditions: • Subject to Availability of Funding (SAF) for lease and fit up costs; and • The SFO may be withdrawn or cancelled at any time at the convenience of the Government; and • Offeror's acceptance and agreement to terms and conditions of USACE RSFO Lease including right of first refusal if the Government leases less than 100% of a qualified facility; and • Approval of Office of Management and Budget (OMB) Prospectus reporting if required; and • Lease scores as "Operating" in accordance with OMB Circular A- 11(2012); and • Restricted to U.S. Companies; and • Other criteria included within the SFO to be issued to qualified Lessors. In order for Administrative Office building space to qualify under this procurement the space offered must meet the following minimum requirements: • Approximately 30,000-90,000 Rentable Square Feet ("RSF") of a Class A building at a minimum in Shell condition. Building(s) must be located within a secure campus environment or be situated so as to have the ability to comply with the secure campus environment description included in the SFO. Building must be constructed in accordance with the above specified ATFP requirements. Submission of A&E certification verifying compliance with these standards will be required. • Space must receive a Temporary Certificate of Occupancy (TCO), Certificate of Occupancy (CO) or an issued equivalent building inspection permit by the applicable local governing authority no later than the deadline for receipt of proposals; OR • As determined by inspection of the Technical Evaluation Committee, the proposed facilities meet the minimum requirements for a shell building suitable for leasing no later than the deadline for receipt of proposals. Minimum required will be described in the SFO to be issued to qualified Lessors; and • Offered space must be within 10 miles of Fort Meade, Maryland; and • Building must be capable of meeting a minimum of Green Building Council/LEED Silver certification. This requirement is being advertised as a SFO. This SFO will require separate technical and cost proposals to be evaluated on a Lowest Cost, Technically Acceptable approach. Competitive qualifying proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Also included with the SFO will be the USACE RSFO boiler plate lease document. Issuance date of the SFO is on or about 12 August 2013. Receipt of proposals will be due on or about 3 September 2013. Qualified Offerors will be required to attend a pre-proposal conference at the RSFO (Real Property Services Field Office) to provide a capabilities and offered property design/specifications overview briefing. These briefings will be conducted with individual offerors on or about the 14-16 August 2013. Interested Offerors who have a qualifying property for consideration will agree to lease the proposed property in accordance with the terms and conditions of the boiler plate lease document. To schedule a briefing please email Scott Shipman Scott.a.Shipman@usace.army.mil, or Peter Swanson peter.swanson@usace.army.mil. You must be registered with the Government's "System for Award Management (SAM)" [ www.sam.gov ]. The solicitation will be provided in an electronic format to all qualified, authenticated account holders of Federal Business Opportunities (FBO) System. Please note that all Corps of Engineers acquisitions require users to have a valid MPIN entered in the FBO system to access packages. The internet will be the media which the Government chooses to issue this solicitation. Further details regarding information to be submitted as part of a response to the SFO will be provided in the solicitation issued to qualified Offerors. Copies of this solicitation will be offered only through email request - no phone or fax request will be accepted. Please send SFO request to Scott Shipman at Scott.a.Shipman@usace.army.mil., or Peter Swanson peter.swanson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/DACA31-5-13-0003-S/listing.html)
 
Place of Performance
Address: Within 10 miles of Fort Meade, Maryland, Fort Meade, Maryland, United States
 
Record
SN03153365-W 20130821/130819235040-aa9fa0972a3f7f6c1244564bb482a7c2 (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.