SOLICITATION NOTICE
X -- USCG Seeks Space To Acquire Lease / Operations Support in Charlotte Amalie, Saint Thomas, US Virgin Islands
- Notice Date
- 3/1/2022 12:06:50 PM
- Notice Type
- Solicitation
- NAICS
- 531
—
- Contracting Office
- CEU MIAMI(00082) MIAMI FL 33177 USA
- ZIP Code
- 33177
- Solicitation Number
- HSCG82-22-1-0009
- Response Due
- 3/22/2022 2:00:00 PM
- Archive Date
- 04/06/2022
- Point of Contact
- Jacqueline Mezquita, Real Property Specialist, Phone: 305-278-6685, CDR Matthew Waranius, Phone: 305-278-6764
- E-Mail Address
-
jacqueline.mezquita2@uscg.mil, matthew.e.waranius@uscg.mil
(jacqueline.mezquita2@uscg.mil, matthew.e.waranius@uscg.mil)
- Description
- The United States of America the United States Coast Guard (USCG), is seeking to lease office space in Charlotte Amalie, Saint Thomas, US Virgin Islands.� Space must be contiguous, desired office space yielding 2,385 rentable square feet (RSF) of office space.� Location must also have suitable parking and storage available onsite in an effort to meet USCG current operational needs. Maximum ABOA 2,385 square feet office area Currently the Federal Government through the USCG is looking to lease space under a lease in two specific areas of the island.� These two areas are either in Charlotte Amalie waterfront area or Red Hook Bay waterfront area.� Please see attached map with delineated areas depicted with circles.� The site selected must fall within the outlined delineated map attached, showing the radius currently being sought. The location should have parking available for 3 government vehicles and other general parking spaces in an effort to meet the USCG current operational needs.� The parking can be on the same property or within walking distance of the property.� � Lease being sought needs to be a full service lease for a term of one (1) year, with nine (9) renewal options. This space must be available for immediate occupancy upon selection. The Government will be considering if alternative space will be more viable and economically advantageous to the Government. In making this determination the Government will consider among other things the availability of alternate space that potentially can satisfy the Governments list of requirements (to be determined upon review of offers and a physical survey of potential sites), as well as projected costs likely to be incurred through relocating, such as the physical costs to move, replication of any current improvements, telecommunications infrastructure, non-productive agency downtime and proximity to water and other resources which would be advantageous to the CG response time. Security Measures such as gates, fencing, pop-ups, and arm gates, locks, types of windows, card readers, progressive collapse resistant construction can be also taken into consideration. This space must be located within a professional environment and must be with a pleasing business appearance, Class A or B space located within a professional environment. Specific Requirements: Property must accommodate the following specifications and / or provide viable solutions: LOCATION: Fall within the delineated map attached and highlighted areas, showing the radius currently being sought. LEASE TERM: Term of the lease shall be for one (1) year with nine (9) optional renewal years. PARKING: Availability of available for 3 government vehicles and other general parking spaces in an effort to meet the USCG current operational needs.� OFFICE SPACE: �Office space with a refrigerator either in a designated break room or adjacent to open office area �Bathroom with toilet and shower �One washer and dryer for PPE OTHER REQUIREMENTS: Power: Generator or battery backup if on solar power� Potable water: adequate filtration/sterilization system if no cistern available Full service lease to include but not limited to all utilities to include electrical, water and sewage, heat and HVAC, snow removal, trash removal , cleaning and janitorial services. EXPRESSION OF INTEREST:� Any expression of interest must be submitted in writing and should affirm and include a minimum of information as follows: - Building Ownership information: The proof of property ownership or authority to enter into a contract to convey exclusive rights of subject property, such as a warranty deed or management agreement which included owner�s deed. -Building name and address of available space within building, -Building management Point of Contact, name, phone number, email address, -Fully Serviced Lease,� -ANSI/BOMA office area - (ABOA) square feet to be offered and expected rental per ABOA rentable square feet, fully serviced. (Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any), - Date of space availability, - Amount of parking available on- site and/or nearby parking garages/areas, - Energy efficiency and renewal energy features existing within the building, - List of building services, and; - Transportation, proximity to transportation availability. Send all responses and Expressions of Interest via Email to: Primary Point of Contact for this solicitation:� jacqueline.mezquita2@uscg.mil� �� Title Subject Line as: SOLICITATION NUMBER HSCG82-22-1-0009�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/528ac706c96c41b397a731ddec1467c0/view)
- Place of Performance
- Address: St Thomas, VI 00802, USA
- Zip Code: 00802
- Country: USA
- Zip Code: 00802
- Record
- SN06253632-F 20220303/220301230100 (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 |