Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2024 SAM #8273
SOLICITATION NOTICE

X -- Armed Forces Career Center - Atlanta, Georgia

Notice Date
7/20/2024 7:48:30 AM
 
Notice Type
Solicitation
 
NAICS
5311 —
 
Contracting Office
W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN-25-ATLANTA-GA-6007
 
Response Due
8/4/2024 8:59:00 PM
 
Archive Date
08/05/2024
 
Point of Contact
Caleb Hill, Phone: 912-747-7445, Johnita Jackson, Phone: 912-239-8323
 
E-Mail Address
caleb.c.hill@usace.army.mil, johnita.jackson2@usace.army.mil
(caleb.c.hill@usace.army.mil, johnita.jackson2@usace.army.mil)
 
Description
The Savannah District, U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for approximately 1,500 gross rentable square feet of commercial retail space in Atlanta, Georgia for Armed Forces Recruiting purposes.� The delineated area is within a 1/4 mile radius of 1700 Northside Drive, Atlanta, Georgia 30318.�� The U.S. Government, by and through USACE, currently occupies retail and related space under a lease�, that will be expiring,�in the city and state specified above.� The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other factors, the availability of alternative space that may potentially satisfy the Government�s requirements, as well as costs likely to be incurred through relocating, replication of tenant improvements (initial alterations) and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease termination. The Government�s preference is for a full-service lease to include base rent, CAM, utilities, and janitorial services for retail space to be used for Armed Forces Recruiting Purposes for a term of five (5) years with Government termination rights and location within the delineated area specified above. Non-exclusive parking for 4 government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Must use Government Lease.�� The lease is for a Five (5) year term with Government termination rights Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement granting the right to represent the building owner with their response to this advertisement.�� **Additional information regarding this solicitation will be provided by the primary and secondary contacts contained in this solicitation.�� ***Attached documents include:� �� � � � � � Proposal to Lease� � � � � � General Clauses and Addendum � � � � � Government Lease **** Documents available upon request� � � � � � � � Construction Specifications for Initial Alterations � � � � � Telecommunications Addendum (National Defense Authorization Act Compliance) � � � � � Janitorial Specifications �*****Solicitation for offer (SFO) Submission must include: Proposal to Lease Space Document (signed by lessor), Proposed Floor Plan,� Initial Alterations Quote, and Exclusivity Agreement (if applicable) � � � � �� NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.� All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract.� All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).�� Those not currently registered can obtain registration by going to the website http://www.SAM.gov.� The process can usually be completed from 24 to 48 hours after submission.� Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration.� If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov.� Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.� Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated.� This requirement now applies to both new and existing entities.� Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation, or the vendor risks no longer being active in SAM.� Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS).� The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards.� Remember, there is no cost to use SAM.� To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e862f1d5607c47f084cf473359e8a8bb/view)
 
Place of Performance
Address: Atlanta, GA 30318, USA
Zip Code: 30318
Country: USA
 
Record
SN07136650-F 20240722/240720230100 (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 |
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.