Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2017 FBO #5746
DOCUMENT

X -- Craig Telemedicine Clinic- New Lease - Attachment

Notice Date
8/15/2017
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
VA25917R0007
 
Response Due
9/11/2017
 
Archive Date
11/10/2017
 
Point of Contact
Aeonard R. Borel
 
E-Mail Address
d.borel@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR LEASE PROPOSALS NO. VA259-17-R-0007 July 6, 2017 GLOBAL RLP GSA FORM R100 (OCT 2016) STATEMENT OF REQUIREMENTS GENERAL INFORMATION (SEP 2015) ACTION REQUIRED: THERE ARE TWO VERSION OF SUB-PARAGRAPH A. VERSION 1: CHOOSE THIS FIRST VERSION OF SUB-PARAGRAPH A FOR COMPETITIVE ACTIONS OR SOLE SOURCE ACTIONS WHERE IT HAS BEEN DETERMINED TO BE IN THE BEST INTEREST TO CONVEY THE APPEARANCE OF COMPETITION. A. This Request for Lease Proposals (RLP) sets forth instructions and requirements for proposals for a Lease described in the RLP documents. The Government will evaluate proposals conforming to the RLP requirements in accordance with the Method of Award set forth below to select an Offeror for award. The Government will award the Lease to the selected Offeror, subject to the conditions below. VERSION 2: CHOOSE THIS SECOND VERSION OF SUB-PARAGRAPH A FOR NON-COMPETITIVE SUCCEEDING OR SUPERSEDING LEASE ACTIONS AT THE CURRENT LOCATION. Hidden and deleted by GEE. ============================================================================================== B. Included in the RLP documents is a lease form (GSA Form L100) setting forth the lease term and other terms and conditions of the Lease contemplated by this RLP and a GSA Proposal to Lease Space (GSA Form 1364) on which Offeror shall submit its offered rent and other price data, together with required information and submissions. The Lease paragraph titled Definitions and General Terms shall apply to the terms of this RLP. C. Do not attempt to complete the lease form (GSA Form L100). Upon selection for award, GSA will transcribe the successful Offeror s final offered rent and other price data included on the GSA Form 1364 into the lease form, and transmit the completed Lease, including any appropriate attachments, to the successful Offeror for execution. Neither the RLP nor any other part of an Offeror s proposal shall be part of the Lease except to the extent expressly incorporated therein. The Offeror should review the completed Lease for accuracy and consistency with his or her proposal, sign and date the first page, initial each subsequent page of the Lease, and return it to the Lease Contracting Officer (LCO). D. The Offeror's executed Lease shall constitute a firm offer. No Lease shall be formed until the LCO executes the Lease and delivers a signed copy to the Offeror. AMOUNT AND TYPE OF SPACE, LEASE TERM, AND OCCUPANCY DATE (OCT 2016) ACTION REQUIRED: THERE ARE 2 VERSIONS OF SUB-PARAGRAPH A. VERSION 1: CHOOSE THIS VERSION FOR COMPETITIVE ACTIONS OR SOLE SOURCE ACTIONS FOR A NEW OR NEW/REPLACING LEASE. ACTION REQUIRED: LEASING SPECIALIST TO INPUT THE REQUIRED ABOA SF RANGE. A. The Government is seeking a minimum of 1,354 to a maximum of 1,422 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet (SF) of contiguous space within the Area of Consideration set forth below. See Section 2 of the Lease for applicable ANSI/BOMA standards. VERSION 2: CHOOSE THIS VERSION FOR APPARENT SOLE SOURCE SUCCEEDING/SUPERSEDING LEASE ACTIONS INVOLVING THE CURRENT SPACE. ACTION REQUIRED: LEASING SPECIALIST TO INPUT THE REQUIRED (CURRENT) ABOA SF. Hidden and deleted by GEE. ============================================================================================== B. The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences. ACTION REQUIRED: LEASING SPECIALIST TO INPUT THE REQUIRED PARKING SPACES. C. The Government requires 0 structured/inside parking spaces and 10 surface/outside parking spaces, reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease. Offeror shall include the cost of this parking as part of the rental consideration. D. As part of the rental consideration, the Government may require use of part of the Building roof for the installation of antenna(s). If antenna space is required, specifications regarding the type of antenna(s) and mounting requirements are included in the agency requirements information provided with this RLP. ACTION REQUIRED: SELECT THE APPROPRIATE SUB-PARAGRAPH E. MANDATORY SUB-PARAGRAPH WHEN VENDING FACILITIES WILL BE PROVIDED UNDER THE RANDOLPH-SHEPPARD ACT. VERSION 1: THIS SUB-PARAGRAPH IS REQUIRED IN THE RLP WHENEVER THE REQUIREMENT 1)  INVOLVES 100 OR MORE OCCUPANTS; OR, 2) AT LEAST 15,000 RSF OF SPACE. A MINIMUM OF 250 ABOA SF MUST BE OFFERED TO THE BLIND. CONTACT THE REGIONAL CONCESSIONS GROUP FOR AMOUNT OF SPACE TO BE ENTERED. EXCEPTION INFORMATION CAN BE FOUND AT 20 USC § 107A(D) [34  CFR 395.31(F)] NOTE: FOR MULTI-TENANT LEASES, CONCESSIONS AREAS ARE CLASSIFIED AS JOINT USE AND EITHER GSA PBS OR THE LESSOR SHALL FUND THE ALTERATIONS. PLEASE CONSULT REGIONAL PRICING POINT OF CONTACT FOR GUIDANCE ON HOW TO REVISE FUNDING LANGUAGE BELOW. VERSION 2: THIS SUB-PARAGRAPH IS REQUIRED IN THE RLP WHENEVER THE REQUIREMENT 1)  INVOLVES LESS THAN 100 OCCUPANTS; AND, 2) UNDER 15,000 RSF OF SPACE. E. The Government may provide vending machines within the Government's leased area under the provisions of the Randolph-Sheppard Act (20  USC  107 et. seq.). If the Government chooses to provide vending facilities, the Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. Offeror shall provide necessary utilities and make related alterations. The cost of the improvements is part of Tenant Improvement (TI) costs. The Government will not compete with other facilities having exclusive rights in the Building. The Offeror shall advise the Government if such rights exist. ============================================================================================== ACTION REQUIRED: ENTER THE TERM, FIRM TERM, TERMINATION NOTICE PERIOD, AND REQUIRED RENEWAL OPTIONS. THESE TERMS AND THE TERMS STATED IN THE LEASE MUST BE CONSISTENT. NOTE: IF SEEKING FIRM TERM RENEWAL OPTIONS, INCLUDE OPTIONAL LANGUAGE ( FIRM ) AND CHANGE FROM HIDDEN BLUE TO VISIBLE BLACK TEXT. DELETE REFERENCE TO RENEWAL OPTIONS, IF NOT REQUIRED. F. The lease term shall be 10 Years, 5 Years Firm, with Government termination rights, in whole or in parts, effective at any time after the Firm Term of the Lease by providing not less than 90 days prior written notice.. ACTION REQUIRED: INSERT ANTICIPATED LEASE TERM COMMENCEMENT DATE. FOR SUCCEEDING LEASES, THE LEASE COMMENCEMENT DATE SHOULD BE THE NEXT DAY AFTER THE CURRENT LEASE EXPIRES. G. The Lease Term Commencement Date will be on or about Oct 1, 2017, or upon acceptance of the Space, whichever is later. ACTION REQUIRED: USE THIS PARAGRAPH FOR COMPETITIVE ACTIONS OR SOLE SOURCE ACTIONS FOR A NEW OR NEW/REPLACING LEASE. DELETE FOR SOLE SOURCE SUCCEEDING OR SUPERSEDING LEASE ACTIONS REMAINING AT THE CURRENT LOCATION. ACTION REQUIRED: FILL IN THE DESIGNATED AREA OF CONSIDERATION (DELINEATED AREA). DELETE NORTH, SOUTH, EAST, WEST BOUNDARIES IF NOT USING. ATTACH EXHIBIT OR INSERT.PDF OF MAP WITH BOUNDARIES IF AVAILABLE. AREA OF CONSIDERATION (JUN 2012) The Government requests Space in an area bounded as follows: The City Limits of Craig, Colorado Buildings that have frontage on the boundary streets are deemed to be within the delineated Area of Consideration. ACTION REQUIRED OPTIONAL PARAGRAPH AGENCY SPECIAL OR SPECIFIC REQUIREMENTS, PROGRAM OF REQUIREMENTS, ETC. ARE USUALLY INCLUDED IN SECTION 7 OF THE LEASE PORTION OF THE RLP PACKAGE, OR INCLUDED AS A SEPARATE ATTACHMENT. USE THIS UNIQUE REQUIREMENTS PARAGRAPH FOR FEATURES THAT A BUILDING OR PROPERTY MUST HAVE TO ADEQUATELY ACCOMMODATE THE AGENCY S REQUIREMENTS (GO/NO-GO CRITERIA. EXAMPLES INCLUDE COLUMN SPACING, FLOOR LOCATION (E.G., NO BELOW GRADE SPACE WILL BE CONSIDERED, SPACE CONTIGUITY REQUIREMENTS, ETC. NOT NECESSARY IF THESE CRITERIA ARE ADDRESSED ELSEWHERE IN THE RLP PACKAGE. UNIQUE REQUIREMENTS (OCT 2016) INTENTIONALLY DELETED ACTION REQUIRED: CHOOSE SUB-PARAGRAPH A, SUB-PARAGRAPH B, BOTH A AND B, OR DELETE ALTOGETHER, DEPENDING UPON THE CHARACTERISTICS OF THE DELINEATED AREA. DELETE FOR SOLE SOURCE SUCCEEDING OR SUPERSEDING LEASE ACTIONS REMAINING AT THE CURRENT LOCATION. AS NEEDED, SUBSTITUTE MILES OR FEET FOR THE DISTANCE VARIABLES IN THE PARAGRAPHS BELOW. THESE ARE STANDARD MEASUREMENTS. CITY BLOCKS VARY IN LENGTH AND DO NOT ALLOW USEFUL COMPARISONS OF DISTANCE. LEASE CONTRACTING OFFICER/LEASING SPECIALIST MUST FILL IN THE PARKING VARIABLE, BELOW, WITH A REASONABLE AMOUNT, IN CONFORMANCE WITH LOCAL MARKET PRACTICE. NEIGHBORHOOD, PARKING, LOCATION AMENITIES, AND PUBLIC TRANSPORTATION (DEC 2015) INTENTIONALLY DELETED NOTE: LEASE CONTRACTING OFFICER/LEASING SPECIALIST MAY AMEND THE LANGUAGE IN THE FOLLOWING SUB-PARAGRAPH, INCLUDING THE NUMBER OF REQUIRED INSTANCES OF AMENITIES, BASED ON AN AGENCY S MISSION NEED AND WHAT AMENITIES OR SERVICES ARE AVAILABLE WITHIN THE MARKET. NOTE: THE DIVERSE USE CATEGORY TABLE BELOW WAS DERIVED FROM LEEDÃ GUIDANCE. ACTION REQUIRED: CHOOSE ONE OF THE FOLLOWING 3 SUB-PARAGRAPHS. NOTE: LEASE CONTRACTING OFFICER/LEASING SPECIALIST MAY DELETE THIS SUB-PARAGRAPH ENTIRELY IN MARKETS WHERE NO PUBLIC TRANSPORTATION IS AVAILABLE, OR WHERE PROHIBITED BASED ON AN AGENCY S MISSION NEED (E.G., ATF SPACE WHERE EXPLOSIVE MATERIAL IS STORED OR DOD SPACE REQUIRED TO BE BY A BLACK FIBER OPTIC LINE). NOTE: THE LEASE CONTRACTING OFFICER/LEASING SPECIALIST MAY ALSO REVISE THE DISTANCES AND TRIPS STATED WITHIN THIS SUB-PARAGRAPH BASED ON AN AGENCY S WRITTEN JUSTIFICATION OF MISSION NEED OR WHAT TYPE OF PUBLIC TRANSPORTATION IS AVAILABLE WITHIN THE MARKET. VERSION 1: (SUBWAY, LIGHT RAIL, OR BUS RAPID TRANSIT (BRT) SERVICE REQUIREMENTS) NOTE: USE WHERE SUBWAY, LIGHT RAIL, OR BRT SERVICE EXISTS (REGARDLESS OF WHETHER OR NOT PUBLIC BUS SERVICE, STREETCAR, OR COMMUTER RAIL EXISTS). NOTE: THIS SUB-PARAGRAPH REFLECTS THE OPTIMUM LEVEL OF TRANSIT. VERSION 2: (BUS OR STREETCAR SERVICE REQUIREMENTS) NOTE: USE WHERE BUS OR STREETCAR SERVICE EXISTS AND THERE IS NO SUBWAY, LIGHT RAIL, OR BRT SERVICE (REGARDLESS OF WHETHER OR NOT COMMUTER RAIL SERVICE EXISTS). NOTE: LCO MAY REVISE THE NUMBER OF BUS OR STREETCAR LINES BASED ON SERVICE AVAILABILITY IN THE MARKET, AFTER CONSULTATION WITH LOCAL OFFICIALS OR TRANSIT AGENCY. NOTE: THIS SUB-PARAGRAPH REFLECTS THE SECOND-MOST OPTIMUM LEVEL OF TRANSIT. VERSION 3: (COMMUTER RAIL SERVICE REQUIREMENTS) NOTE: USE WHERE COMMUTER RAIL SERVICE EXISTS AND THERE IS NO SUBWAY, LIGHT RAIL, BRT, BUS, OR STREETCAR SERVICE. NOTE: A COMMUTER RAIL SYSTEM (E.G., METRO-NORTH RAILROAD, METRA, ETC.) OPERATES AS PASSENGER TRAINS OVER CONVENTIONAL RAILROAD TRACKS. IT CAN BE ELECTRICALLY POWERED OR OPERATE IN TRAINS PULLED BY DIESEL LOCOMOTIVES TYPICALLY USED BY COMMUTERS TRAVELING FROM SUBURBS TO THE CBA. NOTE: THIS SUB-PARAGRAPH REFLECTS THE THIRD-MOST OPTIMUM LEVEL OF TRANSIT. ACTION REQUIRED: THE LIST OF ATTACHMENTS IS NOT COMPREHENSIVE. ADJUST THE LIST AS APPROPRIATE FOR THE SPECIFIC TRANSACTION. FOR NBC PROJECTS, G-REX CONTAINS A TEMPLATE FOR THE BROKER COMMISSION AGREEMENT. THIS TEMPLATE MUST BE INCLUDED AS AN RLP ATTACHMENT, AND BE INCLUDED WITH THE DOCUMENTS THAT COMPRISE AN OFFEROR S INITIAL OFFER. FILL IN APPROPRIATE SECURITY LEVEL (I-IV). FOR TI TURNKEY PRICING, LCO MAY REQUIRE OFFERORS TO FILL OUT TENANT IMPROVEMENT UNIT PRICE LIST. NOTE: EXHIBITS SHOULD BE LABELED WITH SEQUENTIAL LETTERS THE LCO MAY DECIDE IT IS MORE SUITABLE TO INCORPORATE SOME EXTENSIVE OR SENSITIVE DOCUMENTS BY REFERENCE, FOR EXAMPLE, THE COURTS DESIGN GUIDE SEE SEISMIC PARAGRAPH INSTRUCTIONS TO DETERMINE WHETHER SEISMIC SUBMITTALS ARE REQUIRED. NOTE: FOR TURNKEY PRICING, THE ATTACHED REQUIREMENTS MUST BE AGENCY SPECIFIC REQUIREMENTS (ASR) LIST OF RLP DOCUMENTS (OCT 2016) The following documents are attached to and included as part of this RLP package: Document Name No. of Pages Exhibit Lease No. VA259 -17- L-0236 (Form L100) 51 A Agency s Requirements 2 B Security Requirements and Unit Price List for Level II 10 C GSA Form 3516, Solicitation Provisions 5 D GSA Form 3517B, General Clauses 15 E Proposal to Lease Space (GSA Form 1364) 3 F GSA Form 1217, Lessor's Annual Cost Statement 2 G GSA Form 3518-SAM, Addendum to System for Award Management (SAM) Representations and Certifications (Acquisitions of Leasehold Interests in Real Property) 9 H GSA Form 12000 for Prelease Fire Protection and Life Safety Evaluation for an Office Building (Part A or Part B) (See Section 3 for applicable requirements) 7 I DOL Wage Determination [WHEN INCLUDING LABOR STANDARDS LEASE PARAGRAPH] 11 J AMENDMENTS TO THE RLP (JUN 2012) This RLP may be amended by notice from the LCO. Amendments may modify the terms of this RLP, or the terms, conditions, and requirements of the Lease contemplated by the RLP. LEASE DESCRIPTION (OCT 2016) A. Offeror shall examine the Lease form included in the RLP documents to understand the Government's and the Lessor's respective rights and responsibilities under the contemplated Lease. B. The Lease contemplated by this RLP includes: 1. The term of the Lease, and renewal option, if any. 2. Terms and Conditions of the Lease, including Definitions, Standards, and Formulas applicable to the Lease and this RLP. 3. Building Shell standards and requirements. 4. Information concerning the tenant agency's buildout requirements, to be supplemented after award. 5. Security Requirements. 6. A description of all services to be provided by the Lessor. C. Should the Offeror be awarded the Lease, the terms of the Lease shall be binding upon the Lessor without regard to any statements contained in this RLP. ACTION REQUIRED: THERE ARE THREE VERSIONS OF SUB-PARAGRAPH D. VERSION 1: CHOOSE THE FIRST VERSION OF D FOR TI ALLOWANCE PRICING. NOTE: IF SEEKING OFFERS THAT ARE NOT FULLY-SERVICED, REVISE REFERENCE TO FULLY SERVICED LEASE UNDER FIRST SENTENCE, AS MACRO WILL NOT CHANGE THIS TEXT. Hidden and deleted by GEE. VERSION 2: CHOOSE THE SECOND VERSION FOR TI TURNKEY PRICING; DIDS PREPARED BY LESSOR AFTER AWARD. NOTE: IF SEEKING OFFERS THAT ARE NOT FULLY-SERVICED, REVISE REFERENCE TO FULLY SERVICED LEASE UNDER FIRST SENTENCE, AS MACRO WILL NOT CHANGE THIS TEXT. D. The Lease contemplated by this RLP is a fully serviced, turnkey Lease with rent that covers all Lessor costs, including all shell upgrades, TIs, operating costs, real estate taxes, and security upgrades. Rent shall be based upon a proposed rental rate per Rentable Square Foot (RSF), limited by the offered rate and the maximum ABOA SF solicited under this RLP. The Tenant Improvements to be delivered by the Lessor shall be based upon information provided with this RLP and Lease, including Agency Specific Requirements (ASR). The Lessor shall design and build the TIs and will be compensated for the TI costs based upon turnkey pricing established under the Lease. Offerors are encouraged to consider the use of existing fit-out and other improvements to minimize waste. However, any existing improvements must be deemed equivalent to Lease requirements for new installation, and Offerors are cautioned to consider those requirements before assuming efficiencies in its TI costs resulting from use of existing improvements. After award, the Lessor must prepare Design Intent Drawings (DIDs) for the leased Space conforming to the Agency Specific Requirements. The Government will have the opportunity to review the Lessor's DIDs to determine that the Lessor's design meets the requirements of the Lease. Only after the Government approves the DIDs will the Lessor be released to proceed with buildout. The Lease also provides that the Government may modify the TI requirements, subject to the Lessor's right to receive compensation for such changes. VERSION 3: CHOOSE THE THIRD VERSION FOR TI TURNKEY PRICING, DIDS PREPARED BY OFFERORS PRIOR TO AWARD. NOTE: IF SEEKING OFFERS THAT ARE NOT FULLY-SERVICED, REVISE REFERENCE TO FULLY SERVICED LEASE UNDER FIRST SENTENCE, AS MACRO WILL NOT CHANGE THIS TEXT. Hidden and deleted by GEE. ============================================================================================== E. The security pricing process is described in a separate paragraph. F. Upon completion and acceptance of the leased Space, the Space will be measured for establishing the actual annual rent, and the lease term shall commence. During the term of the Lease, rent will be adjusted for changes to the Lessor's operating costs and real estate taxes, pursuant to paragraphs set forth in Section 2 of the Lease. G. Offerors are advised that doing business with the Government carries special responsibilities with respect to sustainability, fire protection and life safety, and security, as well as other requirements not typically found in private commercial leases. These are set forth both in the lease form and in the GSA Form 3517B, which will be part of the Lease. RELATIONSHIP OF RLP BUILDING MINIMUM REQUIREMENTS AND LEASE OBLIGATIONS (OCT 2016) The Lease establishes various requirements relating to the Building shell. Such requirements are not deemed TIs. There are certain Building requirements that are established as minimum requirements in this RLP. If the Lessor's Building does not meet the requirements at the time of award, the Lessor may still be awarded the Lease. However, as a condition of award, the Government will require Lessor to identify those Building improvements that will bring the Building into compliance with RLP requirements. Upon award of the Lease, completion of those Building improvements will become Lease obligations. PRICING OF SECURITY REQUIREMENTS (OCT 2016) A. The proposed Lease contains an attachment with the security requirements and obligations for the Building, which are based on the facility security level (FSL). The Federal Government determines the facility s FSL rating, which ranges from FSL I to FSL IV. The FSL is based on client agency mix, required size of space, number of employees, use of the space, location, configuration of the site and lot, and public access into and around the facility. ACTION REQUIRED: SELECT THE APPROPRIATE SUB-PARAGRAPH B. USE THE PARAGRAPH TITLED VERSION 1 FOR FSL I AND II (FIXED BSAC TURNKEY PRICING BEFORE AWARD). USE THE PARAGRAPH TITLED VERSION 2 FOR FSL III AND IV (BSAC PRICING BASED ON PLACEHOLDER DOLLAR ESTIMATE; ACTUAL PRICING AFTER AWARD). VERSION 1: (FOR FSL I AND II): FIXED BSAC TURNKEY PRICING BEFORE AWARD ACTION REQUIRED: FOR FSL I ONLY, KEEP FIRST SENTENCE OF SUB-PARAGRAPH B AND DELETE THE REMAINDER OF SUB-PARAGRAPH B, WHICH DISCUSSES THE SECURITY UNIT PRICE LIST. FOR FSL II, KEEP ALL OF SUB-PARAGRAPH B. B. The security requirements attached to this Lease includes a list of security countermeasures that must be installed in the leased Space. The Offeror shall use the Security Unit Price List to provide the Government with itemized costs of these security countermeasures, and he or she shall amortize the cost of any Building Specific Amortized Capital (BSAC) into the rent.. VERSION 2: (FOR FSL III AND IV): BSAC PRICING BASED ON PLACEHOLDER DOLLAR ESTIMATE; ACTUAL PRICING AFTER AWARD Hidden and deleted by GEE. ============================================================================================== C. There shall be no charge to the Government for any items that already exist in the offered Building or facility. ACTION REQUIRED: USE FOR COMPETITIVE ACTIONS.. DELETE FOR SOLE SOURCE LEASES. SECURITY LEVEL DETERMINATION FOR FACILITY HOUSING OTHER FEDERAL TENANTS (APR 2011) If an Offeror is offering Space in a facility currently housing a Federal agency, the security requirements of the facility may be increased and the Offeror may be required to adhere to a higher security standard than other Offerors competing for the same space requirement. If two or more Federal space requirements are being competed at the same time, an Offeror submitting on both or more space requirements may be subject to a higher security standard if the Offeror is determined to be the successful Offeror on more than one space requirement. It is incumbent upon the Offeror to prepare the Offeror s proposal accordingly. ACTION REQUIRED: USE FOR COMPETITIVE ACTIONS OR SOLE SOURCE ACTIONS FOR A NEW OR NEW/REPLACING LEASE. DELETE FOR SOLE SOURCE SUCCEEDING OR SUPERSEDING LEASES AT CURRENT LOCATION. NOTE: DURING THE MARKET SURVEY, THE LCO MUST INQUIRE AS TO THE PREVIOUS USE(S) OF THE PROPERTY. IF THE PREVIOUS USE OF THE PROPERTY WAS OTHER THAN TYPICAL GENERAL USE (OFFICE) SPACE, (FOR EXAMPLE, WAREHOUSE, LABORATORY, INDUSTRIAL FACILITY, LAUNDRY FACILITY, DRY CLEANER, GAS STATION, OR CONTAINED FUELING PUMPS, ETC.), THE LCO MUST CONSULT WITH THE REGIONAL ENVIRONMENTAL PROFESSIONAL AND LEGAL COUNSEL TO DETERMINE IF THE OFFERED SPACE POSES ANY ENVIRONMENTAL RISK TO THE GOVERNMENT. INSPECTION RIGHT OF ENTRY (JUN 2012) A. At any time and from time to time after receipt of an offer (until the same has been duly withdrawn or rejected), the agents, employees and contractors of the Government may, upon reasonable prior notice to Offeror, enter upon the offered Space or the Premises, and all other areas of the Building access to which is necessary to accomplish the purposes of entry, to determine the potential or actual compliance by the Offeror with the requirements of the RLP and its attachments, which purposes shall include, but not be limited to: 1. Inspecting, sampling, and analyzing of suspected asbestos-containing materials and air monitoring for asbestos fibers. 2. Inspecting the heating, ventilation and air conditioning system, maintenance records, and mechanical rooms for the offered Space or the Premises. 3. Inspecting for any leaks, spills, or other potentially hazardous conditions which may involve tenant exposure to hazardous or toxic substances. 4. Inspecting for any current or past hazardous waste operations, to ensure that appropriate actions were taken to alleviate any environmentally unsound activities in accordance with Federal, state, and local law. B. Nothing in this paragraph shall be construed to create a Government duty to inspect for toxic materials or to impose a higher standard of care on the Government than on other lessees. The purpose of this paragraph is to promote the ease with which the Government may inspect the Building. Nothing in this paragraph shall act to relieve the Offeror of any duty to inspect or liability which might arise because of Offeror s failure to inspect for or correct a hazardous condition. ACTION REQUIRED: INSERT INFORMATION FOR LCO AND ALTERNATE GOVERNMENT CONTACT. AUTHORIZED REPRESENTATIVES (JUN 2012) With respect to all matters relating to this RLP, only the Government's LCO designated below shall have the authority to amend the RLP and award a Lease. The Government shall have the right to substitute its LCO by notice, without an express delegation by the prior LCO. Lease LCO: Aeonard R. Borel 6162 South Willow Drive, Suite 300, Greenwood Village CO 80111 Office: (303) 712-5758 Fax: (303) 712-5824 Aeonard.Borel@va.gov As to all other matters, Offerors may contact the Alternate Government Contact designated below. Alternate Government Contact: Richard Kern 6162 South Willow Drive, Suite 300, Greenwood Village CO 80111 Office: (303) 712-5758 Fax: (303) 712-5824 Richard.Kern@va.gov ACTION REQUIRED: INCLUDE THIS PARAGRAPH ONLY IF THE BROKER CONTRACT WAS USED. OTHERWISE, DELETE. BROKER COMMISSION AND COMMISSION CREDIT (SEP 2013) INTENTIONALLY DELETED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917R0007/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-R-0007 VA259-17-R-0007_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3735237&FileName=VA259-17-R-0007-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3735237&FileName=VA259-17-R-0007-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: City Limits of Craig Colorado;CRAIG, COLORADO
Zip Code: 81625
 
Record
SN04628481-W 20170817/170815231453-bb4b5d7833d15baa28201fbfa7a8023a (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.