MODIFICATION
X -- Real Estate Acquisition
- Notice Date
- 10/26/2020 9:28:02 AM
- Notice Type
- Sources Sought
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- 6991CH FAA, WESTERN/PACIFIC REGION LAWNDALE CA 90261 USA
- ZIP Code
- 90261
- Solicitation Number
- WP10867
- Response Due
- 11/20/2020 11:59:00 PM
- Archive Date
- 12/05/2020
- Point of Contact
- Wayne Darrington, Phone: (424) 405-7023
- E-Mail Address
-
wayne.darrington@faa.gov
(wayne.darrington@faa.gov)
- Description
- � The Federal Aviation Administration (FAA) desires to lease within the boundaries listed below. � Existing office space for lease within a 10 mile radius of 1250 Aviation Ave., San Jose, CA 95110 The FAA is interested in leasing approximately 6,600 usable square feet (USF) compromised of the following type of space: � Office Space: 6,600 USF See EXHIBIT �A� for additional description of space requirements � The offer must meet the following space requirements: The space must: � Be in compliance with all of the Government�s minimum requirements set forth herein Be located in a quality building of substantial construction Be located in a secure area with plenty of parking for the public Have potential for an efficient layout If the space offered is in a multi-tenant building, the space must include true floor to ceiling/slab-to-slab walls, which separate the FAA�s employee office space from other occupants/tenants Have commercial internet access availability Be contiguous space Have a minimum of one each male and female bathrooms with showers Be seismically compliant Be ABAAS compliant or become compliant by the date of occupancy � The design of the space offered must be conducive to efficient layout and good utilization as determined by the Government. To demonstrate potential for efficient layout, the Offeror may be requested to provide a test fit layout at the Offeror�s expense when the space offered contains certain features like: � Narrow column spacing; Atriums, light wells, or other areas interrupting contiguous spaces; Extremely long, narrow runs of space; Irregular space configurations; or Other unusual building features. � The Government will advise the Offeror if the test fit layout demonstrates that the Government's requirement cannot be accommodated within the space offered. If the Offeror is already providing the maximum Office Area square footage and cannot house the Government's space requirements efficiently, then the Government will advise the Offeror that the offer is unacceptable. The Government requires forty (40) parking spaces, of which seven (7) must be reserved for government owned vehicles. The cost of the parking must be included as part of the rental consideration. � LEASE TERM - The FAA is interested in leasing for five (5) years with the FAA having the option to renew for five (5) additional years. The FAA may terminate the lease in whole or part on 360 days� written notice to the Lessor. LEASE RATE - The FAA desires a fully-serviced lease rate per usable square foot. If the offered rate excludes any services (i.e., janitorial services, utilities, etc.), this must be clearly notated on the offer and that the Government will be responsible for providing the service(s). Exclusions will be considered in the price evaluation process. TENANT IMPROVEMENT - When applicable, the Offeror must provide the dollar amount of the Tenant Improvement[1] Allowance per usable square foot. The Tenant Improvement Allowance must cover the estimated cost of the build out of the Government-demised area in accordance with the Government-approved design intent drawings. All Tenant Improvements required by the Government for occupancy must be constructed and paid for by the Offeror as part of the rental consideration, and all improvements must meet the quality standards and requirements of this solicitation and its attachments. The Offeror may be requested to provide a listing of Offeror�s administrative costs, Offeror's profit and overhead, A/E design costs, and other associated project fees necessary to prepare construction documents to complete the Tenant Improvements. State the basis for determining each component, (e.g. flat fee, cost per occupiable square foot, etc.). State any assumptions used to compute the dollar costs for each fee component. � OCCUPANCY - Estimated occupancy is the date that personnel will be moved into the space.� � Occupancy is required within 180 calendar days after the Real Estate Contracting Officer issues the Tenant Improvement Notice to Proceed. � ACCESS AND APPURTENANT AREAS - The right to use appurtenant areas and facilities is included. The Government reserves the right to post Government rules and regulations where the Government leases space. � DEVIATIONS - If an offer includes any �material� deviations, i.e. those affecting price, occupancy date, performance requirements, the Offeror must submit them with their offer in a separate document entitled, �Deviations.� By submitting such deviations, the Offeror acknowledges and accepts the risk that any of the deviations may result in the offer being determined unacceptable. [1] Tenant improvements are the components, finishes, and fixtures that typically take space from the �shell� condition to a finished, usable condition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/66198e3a741845108300cf9e01dccf49/view)
- Place of Performance
- Address: San Jose, CA 95110, USA
- Zip Code: 95110
- Country: USA
- Zip Code: 95110
- Record
- SN05837679-F 20201028/201026230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |