Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
AWARD

X -- Redacted JOTFOC

Notice Date
3/22/2016
 
Notice Type
Award Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Leasing Division Region 4 (4PR), 77 Forsyth Street, SW, Suite G, Atlanta, Georgia, 30303-3427, United States
 
ZIP Code
30303-3427
 
Solicitation Number
5FL0512
 
Archive Date
3/31/2016
 
Point of Contact
Christopher A Wainwright, Phone: 9542338385, Jamie Thompson, Phone: 954-356-7698
 
E-Mail Address
christopher.wainwright@gsa.gov, james.f.thompson@gsa.gov
(christopher.wainwright@gsa.gov, james.f.thompson@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
LFL44823
 
Award Date
3/16/2016
 
Awardee
Miami-Dade County Government, 111 NW 1st St., Miami, Florida 33128, United States
 
Award Amount
$922,849.90
 
Description
Justification for Other Than Full and Open Competition, Extension U.S. General Services Administration GSA Region 4 Leasing Division - Branch A JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION LEASE NUMBER: GS-04B-44823 PROJECT NUMBER: 5FL0512 DHS-CBP Field Operations Facilities, Fish and Wildlife Service 1.IDENTIFICATION AND DESCRIPTION OF ACTION BEING APPROVED. The General Services Administration currently leases 44,310 Rentable Square Feet (RSF) with a Common Area Factor 1.22, yielding 36,318 ANSI BOMA Office Area square feet (ABOA) at Custom Clearance Center, 6601 NW 25th St., Miami, FL 33122 under lease number GS-04B-44823 for the DHS-CBP Field Operations Facilities and Fish & Wildlife Service. The current lease expired March 1, 2016. Approval is requested to exercise a lease extension with the incumbent lessor without full and open competition for continued occupancy at this leased location. This is request is for a retro-active leasing action effective March 1, 2016. 2.DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED. To satisfy the DHS-CBP Field Operations Facilities mission requirements, the facility must be within a walkable distance of the Miami International Airport. This requirement is for 44,310 RSF of space with a Common Area Factor 1.22 yielding 36,318 ANSI BOMA Office Area square feet (ABOA) for one (1) year term to commence on March 1, 2016. The estimated annual cost of this lease is $20.83 per RSF per year for a monthly cost of $76,864.16 and a total contract value of $922,369.90 incorporating expected rental adjustments over the term of the lease. The delineated area is Miami International Airport. 3.IDENTIFICATION OF STATUTORY AUTHORITY. 41 U.S.C. 3304(a)(1): Only one responsible source and no other supplies or services will satisfy agency requirements. 4.DEMONSTRATION THAT THE ACQUISITION REQUIRES THE 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. Award to other than the current Lessor would require relocation of the entire requirement and would cause DHS-CBP Field Operations Facilities to incur move and replication costs that would not be recovered through competition. REDACTED The cost of relocating DHS-CBP Field Operations Facilities using the low cost quote exceeds the cost of remaining at Custom Clearance Center, 6601 NW 25th St., Miami, FL 33122. The savings to the Government is $2,685,668.01. 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. There were no expressions of interest. On February 4, 2015, conducted market research and identified one (1) potentially acceptable location that might meet the agency's needs within the delineated area. The incumbent location located at, Custom Clearance Center, 6601 NW 25th St., Miami, FL 33122 is the only location that meets the agency's needs. In addition, GSA placed an advertisement conforming to GSAM 570.402-2 on the Federal Business Opportunities Web site (fedbizopps.gov) on August 7, 2014 and received 0 responses. REDACTED REDACTED 7.OTHER FACTS SUPPORTING USE OF OTHER THAN FULL AND OPEN COMPETITION. Not applicable. REDACTED 9.STATEMENT OF ACTIONS TO OVERCOME BARRIERS TO COMPETITION. The market for competition is limited due to the agency's requirement to be located on airport property. Despite limited competition for this procurement, GSA placed an advertisement conforming to GSAM 570.402-2 on the Federal Business Opportunities Web site (fedbizopps.gov) on August 7, 2014. There were no expressions of interest. On February 4, 2015, GSA conducted market research and identified one (1) acceptable location that might meet the agency's needs within the delineated area. The incumbent location located at, Custom Clearance Center, 6601 NW 25th St., Miami, FL 33122 is the only location that meets the agency's needs. In addition, GSA placed an advertisement conforming to GSAM 570.402-2 on the Federal Business Opportunities Web site (fedbizopps.gov) on August 7, 2014 and received 0 responses. 10.TECHNICAL REQUIREMENTS PERSONNEL CERTIFICATION I certify that the supporting space requirements data used to form the basis of this Justification is complete and accurate to the best of my knowledge and belief. Chris Wainwright 3/14/16 Leasing Specialist 11.CONTRACTING OFFICER CERTIFICATION AND DETERMINATION THAT THE ANTICIPATED COST WILL BE FAIR AND REASONABLE. Recent market research conducted by GSA in Miami, Florida, for comparable properties showed that the rental rate within the delineated area for those properties ranges from $20.83 to $35.45 per RSF. Additionally, it is anticipated that the Government will save approximately $2,685,668.01 in duplication costs which it could not reasonably expect to recover through full and open competition, as demonstrated by the cost benefit analysis in section 4 of this document. Therefore, as the rate quoted by the existing Lessor falls within the market range found through the market research and due to the fact that the Government will save approximately $2,685,668.01 in duplication costs which it could not reasonably expect to recover through full and open competition, the Contracting Officer determines that the anticipated cost to the Government of $20.83 per RSF for the entire requirement is fair and reasonable. James Thompson 3/14/16 Section Chief / Lease Contracting Officer Concurrence Tarali Vandervoort 3/14/16 Branch Chief Concurrence Ellen M. Seiler 3/14/16 Director, Leasing Division Concurrence Greg Swartzberg 3/14/16 Legal Concurrence Alecia Bonds 3/15/16 Competition Advocate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PE/Awards/LFL44823.html)
 
Record
SN04057705-W 20160324/160322235608-ac076fd1a605a0250c7106b9b08780dd (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.