Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
SOLICITATION NOTICE

D -- WAFB Cell Signal - RFP Whiteman

Notice Date
1/17/2017
 
Notice Type
Presolicitation
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
WAFBCellSignal201701
 
Point of Contact
Joel Klonowski, Phone: 6606876298
 
E-Mail Address
Joel.klonowski@us.af.mil
(Joel.klonowski@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Lease RFP REQUEST FOR PROPOSALS ENHANCE WIRELESS COMMUNICATIONS Notice is hereby given that competitive lease proposals will be received by the Real Property Accountable Officer of Whiteman Air Force Base, Missouri for one or more lease(s) of underutilized non-excess Air Force real property subject to the following: 1. DUE DATE: 17 February 2017 2. STATUTORY AUTHORITY : 2.1 The Lease is provided under the authority of Title 10, U.S.C. Section 2667 (the "Enabling Statute"), as amended. This authority allows military installations to lease land and facilities to private or public entities in exchange for cash or in-kind consideration in an amount not less than the Fair Market Value (FMV) as defined by a US Army Corps of Engineers appraisal of the leasehold interest for such land and facilities (the "Leased Premises") as defined : existing street light poles, parking lot light poles, athletic field light poles, telephone poles, or similar structures. 2.2. Pursuant to this authority, the Department of the Air Force (the "Government") is issuing a Request for Proposals (the "RFP") to solicit proposals from qualified entities ("Offeror(s)") interested in entering into a Lease with the Government for the Leased Premises. 3. PROJECT : The Government has identified certain underutilized non-excess Air Force real property on Whiteman AFB, MO available for leasing, in whole or in part, described as the "Leased Premises" for purposes of operating and maintaining certain wireless telecommunication equipment used to improve cellular voice/data service. Offeror will finalize plans for development, management, and operation of the Project in a manner that is acceptable to the Government. 4. LEASE OBJECTIVE: The objective of the Project is to qualify and select the Offeror(s) who can best: 4.1. Provide the highest consideration above FMV in exchange for granting a leasehold interest of the property; with a 3% annual escalation clause or as may be negotiated. 4.2. Provide commercial cellular communication equipment and service to improve cellular voice and data service on Whiteman AFB, MO. 4.3. Optimize use of the Property in accordance with Enabling Statue and within the constraints and restrictions documented in the RFP. 4.4. Lease the Property in a manner that is compatible with the Government mission and adjacent Government uses. 4.5. Optimize the cash consideration to be received by the Government from the Offeror(s). 5. PROJECT CONCEPT : 5.1 The Project involves a real estate transaction with the Successful Offeror(s), under which the Government proposes to lease the Leased Premises to the Offeror(s) "as is/where is" for the lease term, not to exceed five (5) years for the purpose of operating and maintaining certain wireless telecommunication equipment that will increase/improve/strengthen the voice and data cellular signal, as well as upload and download speeds on/across/around/within Whiteman AFB, MO. 5.2. Upon selection, the Successful Offeror(s) will, at their expense, fund the US Army Corps of Engineers to conduct an appraisal for the purpose of determining FMV; the appraisal will be Government property. 5.3. The Successful Offeror(s) will, at their expense prior to lease execution, complete an Environmental Baseline Survey (EBS) of the Leased Premises and deliver a copy of the EBS to the Government. The EBS sets forth, in a manner consistent with relevant American Society for Testing and Materials (ASTM) due diligence standards, those environmental conditions and matters known, to the best of the Government's Actual Knowledge, to be on and affecting the Leased Premises as determined from the records and analyses reflected therein, and existing as of the date stated in the EBS. 5.4. The Successful Offeror(s) shall be responsible, at its own expense and in close coordination with the base environmental office, for preparing any required environmental impact assessment/analysis (EIA) to the satisfaction of the Government for the reasonably foreseeable environmental impacts associated with the Project, as required by the NEPA, regulations published by the Council on Environmental Quality at 40 C.F.R. Parts 1500 to 1508, and regulations published by the Air Force at 32 C.F.R. Part 989. The Successful Offeror(s) must comply with any NEPA requirements prior to Lease(s) execution. 5.5. The Successful Offeror(s) shall obtain any necessary financing, and design, construct, operate, maintain and manage the Project for the lease term. The property is located on a Department of Defense military installation which includes an operational runway. Mission related noise, frequency spectrum regulation and security requirements can be expected. 5.6. The Successful Offeror(s) shall be responsible, at its own expense and prior to lease execution for coordinating an Electromagnetic Environmental Effects (E3) Analysis and a Hazardous Electromagnetic Radiation to Ordnance (HERO) review. Prior to granting final approval, Whiteman AFB, MO safety personnel will review the Radiation Hazards (RADHAZ) protection distance to prevent the potential for RADHAZ to personnel, fuel, and ordnance with electrically initiated devices. 5.7. The Government shall receive rent in the form of cash or in-kind consideration in a total amount not less than the FMV of the leasehold interest for the Leased Premises in accordance with the terms of the offer. The Enabling Statute authorizes the Government to accept in-kind consideration in addition to, or in lieu of cash rent. During exclusive negotiations, the Government and the Successful Offeror(s) will develop and finalize the processes by which the Offeror(s) will deliver the consideration to the Government. 5.8. The sublease of space and/or telecommunication services to other commercial carriers is allowed under the lease, the Lessee shall provide the Government, as Additional Rent, sixty-five (65) percent of the sublease compensation. 6. SITE VISIT: 6.1. A Site Visit will be held on 27 January 2017. This site visit is not mandatory for this requirement. In order to attend the site visit, all offerors must arrive at the Spirit Gate Visitors Center at Whiteman AFB, MO no later than 12:00 P.M. At that time, individuals will be issued passes for entry to Whiteman AFB, MO. A valid driver's license is required for this pass and all individuals must be a United States citizen. This site visit will be limited to 3 people per company. 6.2. To avoid excessive waiting or delays in the site visit, offerors are encouraged to pre-register and obtain a Fast Pass for entry to the base. To accomplish that, you'll need to provide your name as it appears on your driver's license, address, date of birth and social security number. This information will be needed no later than 9:00 A.M. on 26 Jan 2017. If you submit the request for the Fast Past, please ensure we have confirmed your successful application for the pass. If successful, you can report directly to the Royal Oaks Golf Course parking lot in accordance with the directions in the following paragraph. If not, you must report to the Visitors Center as stated above. 6.3. Once you have secured your pass for entry, either from the Visitors Center or via Fast Pass, you must relocate your vehicle to Royal Oaks Golf Course Parking lot, off Whiteman AFB, MO. Royal Oaks Golf Course entrance is located on the right (west) about 1/4 mile south of the Spirit Gate. The golf course parking lot is located on SE 130 Road. Government provided transportation for the site visit will be available at that location. At approximately 1:00 P.M., the Government furnished transportation shall depart to accomplish the site visit. An adequate representation of the requirement will be able to be seen during the tour. 6.4. This is the only site visit that will be accomplished for this solicitation. Again, attendance to this site visit is not mandatory to provide a proposal. 7. PROPOSAL SUBMITTALS AND SELECTION OF OFFEROR : Offeror's should use this information when developing their proposals. After evaluating all Offerors proposals, the Government will determine the proposal most advantageous to the Government and identify the Successful Offeror(s). After identification of the Successful Offeror(s), the Government will enter into exclusive negotiations with the Successful Offeror(s) to address all of the requirements set forth above. This RFP may result in multiple Successful Offerors. 8. SMALL OR DISADVANTAGED BUSINESSES: No evaluation credit will be provided for small and/or disadvantaged business participation. 9. GOVERNMENT SUPPLIED UTILITIES : Utilities, if provided by the Government, will be at the expense of the Successful Offeror(s). 10. RESTRICTIONS ON FOREIGN PARTICIPATION : Unless a waiver is granted by the Secretary of Defense, should the government of a terrorist country or a US Government recognized terrorist organization have a significant interest in an Offeror (or a subsidiary of the Offeror), then such Offeror or subsidiary of Offeror: (a) shall not be selected for the Project; and (b) shall not participate in connection with the Project. This restriction is in accordance with Government policies and 10 U.S.C. § 2327. 11. PROPOSAL SUBMISSION: Proposals shall be in sealed envelope or package, clearly marked "SEALED BID". Proposals shall be delivered as follows: FROM: Offeror's Return Mailing Address TO: 509th Civil Engineer Squadron C/O Mr. Joel Klonowski Real Property Accountable Officer 660 10th Street Suite 211 Whiteman AFB, MO 65305 12. SUBMITTAL REQUIREMENTS : 12.1. The Offeror's proposal shall be on 8 ½" by 11" paper, with a minimum 12-pitch font and 1 inch margins and a CD containing a MS Word document file of the Offer. 12.2. RFP Number : WAFBCellSignal201701 12.3. All Pages shall be marked with the RFP number and the consecutive pages numbered (using Arabic numerals 1, 2, 3). 13. INCOMPLETE SUBMITTALS : Proposals that fail to furnish required submittals or that reject any of the required terms and conditions of this lease may be rejected by the Government. Any Offeror whose proposal is rejected for being incomplete will not be evaluated by the Government in its assessment of the most advantageous proposal. 14. LATE SUBMISSIONS : Proposals submitted after the due date will not be considered. Offerors accept all risks of late delivery of mailed submittals regardless of fault. 15. INSTRUMENT SUPREMACY : In the event there is a conflict between this RFP and the lease, the terms of the lease shall prevail. The Air Force lease template is attached. This Request for Proposal (RFP) is for planning purposes only. The Government does not imply an intention of opportunity to acquire funding to support current or future development efforts. The Government reserves the right to reject, in whole or part, any private sector input as a result of this RFP. The Government is not obligated to notify respondents of the results of this RFP. No award will be made as a result of this RFP. All information is to be submitted at no cost or obligation to the Government. All market information sought in this notification must be provided within 30 days of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f210af43a3f53fcac316c06ba717426)
 
Place of Performance
Address: Whiteman Air Force Base, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN04372924-W 20170119/170117234522-4f210af43a3f53fcac316c06ba717426 (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.