SOLICITATION NOTICE
X -- Request for Qualification - RFQ
- Notice Date
- 7/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- CES-LeaseCellTower
- Archive Date
- 10/2/2017
- Point of Contact
- Mena F Medeiros, Phone: 7074247761, Dennis C Tremethick, Phone: 7074247740
- E-Mail Address
-
mena.medeiros@us.af.mil, dennis.tremethick@us.af.mil
(mena.medeiros@us.af.mil, dennis.tremethick@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- US Fish and Wildlife Service Best Practices Cell Tower Locations Lease Request for Qualifications description REQUEST FOR QUALIFICATIONS (MOBILE SERVICE PROVIDERS) Notice is hereby given that competitive lease proposals will be received by the 60 Civil Engineer Division of Travis AFB for a lease of underutilized non-excess Air Force real property subject to the following: STATUTORY AUTHORITY 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 General Services Administration appraisal of the leasehold interest for such land and facilities (the "Leased Premises") as defined: (Exhibit A). Pursuant to this authority, the Department of the Air Force (the "Government") is issuing a Request for Qualifications (the "RFQ") to solicit proposals from qualified entities ("Offeror(s)") interested in entering into a Lease with the Government for the Leased Premises. The lease for the wireless services are non-FAR based and will be managed by the 60 CES/Real Property Office. PROJECT The Government has identified certain underutilized non-excess Air Force real property on Travis AFB available for leasing, in whole or in part, described as the "Leased Premises", for purposes of installing, operating and maintaining certain wireless telecommunication equipment to provide reliable voice and data service to the Target Area (the Project). The Target Area includes those parts of the installation where current services are not extended (Exhibit A). The selected Offeror will finalize plans for development, management, and operation of the Project in a manner that is acceptable to the Government. LEASE OBJECTIVES The objectives of the Project are to determine and select the Offeror who can best: 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. Provide wireless telecommunication voice and data services to the Target Area where current services are not extended. Optimize the use of the Property in accordance with the Enabling Statue and within the constraints and restrictions documented in the RFQ. Lease the Property in a manner that is compatible with the Government mission and adjacent Government uses. Optimize the cash consideration to be received by the Government from the Offeror. PROJECT CONCEPT The Project involves a real estate transaction with the Highest Ranked Offeror (HRO), under which the Government proposes to lease the Leased Premises to the HRO "as is/where is" for the lease term. The Government is seeking proposals from qualified Offerors to design, engineer, construct, own, operate, manage and maintain three new monopole telecommunications tower including necessary support equipment and structures, related infrastructure and improvements ("Tower") whose purpose is to provide reliable wireless voice and data service to the Target Area. The Tower shall be of sufficient height, capacity and structural integrity to accommodate at least seven (7) wireless communication service providers' antenna arrays per tower. The system will be a neutral host venue, owned by an FCC licensed wireless carrier. The system will be designed, constructed and operated at no cost to the United States Air Force, or Federal Government. The approved system will adhere to facility excellence standards for aesthetics and be capable of supporting future cellular technology upgrades. The details of all equipment will be reviewed by the 60th Contracting Squadron, 60th Communications Squadron, 60th Civil Engineer Squadron and 60 AMW Safety Office. Grantee will be responsible for all costs associated with an Electromagnetic Environmental Effects Analysis by the Defense Information Systems Agency Defense Spectrum Organization Joint Spectrum Center. At the completion of the lease, grantor has complete discretion in granting a renewal and can consider, by way of example and not by way of limitation, the past practices of grantee on the Installation, the timeliness of grantee's request for renewal relative to requests by other entities for similar leases and the changing communications requirements of the government. Government Requirements The Tower shall provide sufficient space for antenna arrays delivering repeater service for the Travis AFB communications systems. The repeater includes the associated cabling, ground based equipment, power supply sources and grounding equipment necessary for operation. Proposals that include an option to relocate and install the Beacon onto the Tower, for the Government, as part of the scope of work, will be considered most advantageous to the Government. The Government will negotiate an equitable fee adjustment with the HRO for Government utilized space on the Tower. HRO Requirements. The HRO shall design, engineer, construct, own, operate, manage and maintain the Tower, associated building(s), all site improvements within the Leased Premises, underground utilities to the nearest usable connection point, and the access road connecting the Leased Premises to the Road. The HRO shall be responsible for the installation of all equipment necessary to support Tower operations. Final design and site plans for the Project shall be submitted to the Government for review prior to construction. The HRO shall obtain any necessary financing to design, engineer, construct, own, operate, manage and maintain the Project for the lease term. The property is located on a DoD military installation which includes an operational runway. Mission related noise, frequency spectrum regulation and security requirements can be expected. The HRO shall convey to the Government rent in the form of cash 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. During exclusive negotiations, the Government and the HRO will develop and finalize the processes by which the HRO will deliver the consideration to the Government. 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. The Government encourages the HRO to recruit and retain multiple carrier participation. The HRO shall also accomplish the following tasks. Land Survey Upon selection the HRO shall, at its expense, accomplish a land survey of: 1) the Leased Premises and 2) the proposed access road connecting the leased premises to the nearest Road. The survey shall be signed by a California Licensed Land Surveyor. Two print copies and a digital media copy of the signed survey plat shall be provided to the Government. The land survey will provide the legal description of the Leased Premises and the access road(s). Environmental Baseline Survey Upon selection the HRO shall, at its expense and prior to lease execution, complete an Environmental Baseline Survey (EBS) of the Leased Premises and deliver two print copies and two digital media copies of the EBS to the Government. The EBS shall be prepared following applicable industry standards such as American Society for Testing and Materials D6008 (ASTM, 2014) and relevant Air Force Instructions (AFI 32-7066). As this document becomes part of the real estate transaction administrative record, it shall be prepared, certified and signed by an environmental professional well qualified to assess the condition of cultural, natural and biological resources. Government acceptance of the document shall occur when the Travis AFB Base Civil Engineer (or authorized designee) approves and signs the document. Electromagnetic Interference Deconfliction Upon selection the HRO shall, at its expense, coordinate with and provide funds to the Joint Spectrum Center (JSC) to evaluate the proposed antenna siting telecommunication service for potential electromagnetic interference to existing or planned telecommunications operations of the affected government facility. A copy of the JSC report of findings shall be delivered to the Government. Fair Market Determination Upon selection the HRO shall, at its expense, fund the General Services Administration to conduct an appraisal for the purpose of determining the FMV. The appraisal will be Government property. The FMV determination shall include the land lease revenue and revenue sharing opportunities from the tower. Environmental Impact Analysis. Upon selection the HRO shall, at its expense and prior to lease execution, accomplish the required environmental impact analysis to the satisfaction of the Government. The Travis AFB environmental office has determined, utilizing the authorities found in Air Force regulation 32 CFR Part 989, that an Environmental Assessment (EA) is required for the Project. The HRO shall prepare the EA in close coordination with the Travis AFB environmental office and in accordance with National Environmental Policy Act (NEPA) regulations found at 40 CFR Parts 1500 to 1508. The signature authority for the Finding of No Significant Impact (FONSI) is the Travis AFB Commander but Air Mobility Command A4C will sign if a Finding of No Practical Alternative (FONPA) is also needed. For the EA, the HRO shall prepare and complete required consultation documents (including but not limited to Endangered Species Act Section 7 consultations which will include a Biological Assessment for the proposed cell towers), surveys, studies, and permit applications (such as Clean Water Act Section 401 and 404), if needed, for federally recognized tribes and state and federal regulatory agencies. The Travis AFB environmental office will mail all consultation documents once reviewed and finalized with the HRO. PROPOSAL SUBMITTALS AND SELECTION CRITERIA Offerors 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 HRO. After identification of the HRO, the Government will enter into exclusive negotiations with the HRO to address all of the requirements set forth above. Proposals shall include the following information: Qualifications of the Firm Submit information describing the unique qualifications of the firm for this lease. Include proof of Federal Communications Commission (FCC) licensure to provide wireless telecommunications service. Provide an organizational chart showing the design team, the Prime Contractor and each sub-contractor. For each firm involved list the Principal-in-Charge, the Project Manager, and other support personnel. Also include a list of equipment suppliers to be utilized on this project. Project Experience Provide a list and description of similar project experience (especially on a military reservation) for the Prime Contractor for the last five years. The listed projects shall be of similar size, scope and complexity and demonstrate the contractor's capability to manage comparable systems and solve problems in a timely fashion. The following information should be provided: Name of Project Owner representative, address and telephone number General scope and dollar value of project Period of Performance Principal or Project Manager in charge Overall Strategy Describe the monopole cell tower Contractor's overall strategy for selecting the proposed project design and equipment, including the ability to adapt new technologies and geographic requirements as they arise. Discuss how the proposal minimizes the demand on ground space and permits expansion for future carriers with minimal or no disruption to tower operations. This section shall also include termination and end-of-lease responsibilities - discuss site restoration and conveyance back to the government. Lastly, describe any space on the tower proposed for Government use. Project Schedule Projection. Provide an overall project schedule including both the survey/marketing phase and the implementation/construction phase of the project. The proposed schedule, in Gantt chart format, shall provide enough detail to clearly show start and finish relationships between tasks, dependencies between tasks and the critical path(s). The proposal shall include sufficient detail to illustrate the Offerors ability to design, implement and maintain a project schedule. Revenue Proposal. Describe how the project will be financed and provide clear evidence of available funds for this project including but not limited to: anticipated revenue sharing plans (including annual escalation, cost schedules, carrier contracts, etc.) Projected revenues shall be carried through the 5 year base lease term and preferably through 25 years. The revenue proposal may be in the form of a fixed monthly amount as well as the proposed percentage of the lease the government will receive. The minimum acceptable revenue proposal will contain a monthly lease fee to be paid to the government for the land use, plus revenue obtained from the tenants occupying the Tower. The proposal should maximize revenue to the Government from Tower operations. Selection Criteria. The award will be made to the Offeror who, in the opinion of the Government, offers the best overall package consistent with the lease objectives outlined in Section 4. The Government may choose to select the HRO without discussions. Therefore, each submittal should contain the Offeror's best terms from a cost, price and technical standpoint. The evaluation will include a review of the Offeror's: Revenue Proposal Addressing Government requirements Professional Qualifications (and subcontractors & equipment suppliers) Prior experience Demonstrated capability to design and follow a project schedule Demonstrated capability to recruit and retain multiple carrier participation Completeness of proposal submission Financial stability of Offeror SMALL OR DISADVANTAGED BUSINESSES No evaluation credit will be provided for small and/or disadvantaged business participation. GOVERNMENT SUPPLIED UTILITIES Utilities, if provided by the Government, will be at the expense of the HRO.9. 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. § 2327.10. 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: 60 CES/CEIAP 411 Airmen Dr(B/570) Travis AFB, CA 94535-2001 SUBMITTAL REQUIREMENTS The Offeror's proposal shall be on 8 ½" by 11" paper, with a minimum 12-point font and one inch margins and a CD containing a MS Word document file of the Offer. RFQ Title-All Pages shall be marked with the RFQ number and the consecutive pages numbered (using Arabic numerals 1, 2, 3). 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. LATE SUBMISSIONS Lease offers submitted after the due date will not be considered. Offerors accept all risks of late delivery of mailed submittals regardless of fault. INSTRUMENT SUPREMACY In the event there is a conflict between this RFQ and the lease, the terms of the lease shall prevail. The Air Force lease template is attached as Exhibit B.15. REFERNCES CITED AFI 32-7066, Environmental Baseline Surveys in Real Property Transactions, 26 January 2015 ASTM D6008-96, Standard Practice for Conducting Environmental Baseline Surveys, 2014
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/CES-LeaseCellTower/listing.html)
- Place of Performance
- Address: Travis AFB, CA 94535, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN04586787-W 20170721/170719235726-178d46ee993ac37ce51dc43eb679e294 (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 |