Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
SOURCES SOUGHT

X -- U.S. Government Interest in Succeeding Lease - Delineated Area Map

Notice Date
11/16/2016
 
Notice Type
Sources Sought
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
 
ZIP Code
20525
 
Solicitation Number
CNSHQ17T0002
 
Archive Date
12/31/2016
 
Point of Contact
Jason E. Benskin, Phone: 202-606-6637, Leroy Dawson, Phone: 202/606-3232
 
E-Mail Address
jbenskin@cns.gov, ldawson@cns.gov
(jbenskin@cns.gov, ldawson@cns.gov)
 
Small Business Set-Aside
N/A
 
Description
Delineated Area Map The United State Government (Corporation for National and Community Service) hereafter referred (The Government) currently occupies space located at 3140 Peacekeeper Way, McClellan Park, McClellan Park CA 95652 that will be expiring. 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 and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. 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 costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. The Government's decision regarding whether to relocate will be based, in part, on information received in response to this advertisement. Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner. This Sources Sought notice does not constitute a Request for Lease Proposals (RLP), or a promise to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or services whatsoever. The Government is not, at this time, seeking proposals and will not accept unsolicited costs incurred in response to this Sources Sought; all costs associated with responding to this Sources Sought will be solely at the interested contractor's/vendor's expense. Not responding to this Sources Sought does not preclude participation in any future RLP, if any is issued. Any information submitted by respondents to this Sources Sought is strictly voluntary. All submissions become Government property and will NOT be returned. Location: State: California City: Sacramento Delineated area: Shall be within the boundaries of the Sacramento metropolitan area below: Delineation of the area is: North Boundary: Howsley Rd from Hwy 70/99, becoming Sunset Blvd W to Hwy 65. East Boundary: Hwy 65 to I-80 to Sunrise Blvd to Florin Rd. South Boundary: Florin Rd from I-5 to Sunrise Blvd. West Boundary: Hwy 70/99 south to I-5, south to Florin Rd. Minimum Sq. Ft. (ABOA): 80,000 Maximum Sq. Ft. (ABOA): 100,000 Space Type: office, warehouse, residential and special use space available for use by the tenant for personnel, furnishings and equipment There should be approximately the following square footages below. The actual square footage may vary; Dormitory: 50,000 sf Multifunctional Space: 10,000 sf (rec center, auditorium, etc) Office Space: 20,000 sf General Storage Space: 10,000 sf Office space should be able to accommodate minimum 40 people Dorm space should be able to accommodate 350-400 people (1 to 4 members per room) Required space must be in a single, contiguous location/campus. Parking Spaces (Total): 275 Parking Spaces (Surface): 0 Parking Spaces (Reserved): 275 Full Term: 10 Years Firm Term: Five (5) Years Option Term: Five (5) one year Options Additional Requirements: REQUIRED: All services, supplies, utilities partitioning and required tenant alterations are to be provided as part of the rental consideration. Space must accommodate residential dormitories, kitchens, bathrooms, laundry rooms and recreation space for up to 400 people, office space for minimum 40 people, warehouse space, storage and parking for up to 275 vehicles. Required space must be in a single, contiguous location. The facility lease shall include, but not be limited to, maintenance support, grounds maintenance, janitorial services, waste disposal, security services, meeting areas, storage areas, and parking for approximately 275 vehicles. These vehicles include government and privately owned vehicles. Offered space must also meet Federal Government, State, and Local jurisdiction requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards per the terms of the Lease. The proposed leased space shall be FULLY SERVICED. Offered space shall not be in the 100 year flood plain. Expression of Interest must include the following information: 1. Building name and address and location of the available space with in the building 2. Building ownership information 3. Contact information and e-mail address of Lessor's Representative 4. ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor, as-built floor plans) and its condition (shell, or built-out, and if so for whom) 5. Asking rental rate per ABOA and rentable square foot, fully serviced. Clearly identify how much of the rate is Shell, Operating, and Tenant Improvements 6. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any) 7. Any a tenant improvements allowance offered 8. Energy efficiency and renewable energy features existing within the building 9. A description of additional tenant concessions offered, if any 10. Date building will be ready for commencement of tenant improvements; and 11. Evidence that the offered space will meet the other specific requirements identified herein. This RFI is intended to obtain information regarding vendors' capability to provide the Space/Services and commercial pricing information for the Space/Services listed herein. Submitted information should be in response to the specific objectives listed here-in. The Government is requesting responses from all interested business concerns. Space must be ready to occupy no later than July 9, 2017 Expressions of Interest due by December 16, 2017 Interested parties should send expression of interest to: Leroy Dawson, Contracting Specialist & Jason Benskin, Realty Specialist 250 E Street, Suite 300 Washington, DC 20525 PH (202)606-3232 Fax (202)606-3488 Contracting Office Address: Corporation for National & Community Service Office of Procurement Services 250 E Street, Suite 300 Washington, DC 20525
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ17T0002/listing.html)
 
Place of Performance
Address: Within Delineated Area, Sacramento, California, 95652, United States
Zip Code: 95652
 
Record
SN04329777-W 20161118/161116234757-b673cfe96f902f2b2d9183f66669de20 (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.