Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13, 2001 PSA #2997
SOLICITATIONS

X -- LEASE OF OFFICE SPACE

Notice Date
December 11, 2001
Contracting Office
NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771
ZIP Code
20771
Solicitation Number
RFQ5-50564-209
Response Due
December 21, 2001
Point of Contact
Michele D Rasel, Contract Specialist, Phone (301) 286-9403, Fax (301) 286-1773, Email michele.rasel@gsfc.nasa.gov
E-Mail Address
Michele D Rasel (michele.rasel@gsfc.nasa.gov)
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures FAR Subpart 13.5-Test Program for Certain Commercial Items. Request for Quotation RFQ5-50564-209 is for the lease of 23,000 ft2 of office space to house needs of the Integrated Financial Management Program (IFMP). NASA established the IFMP to acquire and implement a single, integrated financial management system throughout NASA via a commercial software package. 1. Location The location of this facility shall be no farther than 2 miles away from the main gate of Goddard Space Flight Center in Greenbelt, MD. The close proximity is required because of daily interaction with employees located at GSFC. 2. Period of Performance The basic period of performance is for 3 years with 2 additional 1-year options. 3. Occupancy Construction shall be complete and available for full occupancy within 90 days after the signing of the lease. Contractor must phase his work so IFMP can begin outfitting the space with furniture, computers, and other office equipment, no less than, 70 days from the signing of the lease. 4. Scope of Work The Contractor shall be required to provide and build-out 23,000 ft2 of office space. Below are the minimum requirements for this facility. 4.1 Total Space Requirements The contractor shall provide 23,000ft2 of office space in a single building. 19,000 ft2 must be on a single floor with no divisions other than that created by the built-out. The remaining 4,000 ft2 may be used for the training rooms. 4.2 Build-out Design Requirements The contractor shall provide an architectural design of how it recommends that the space will be built-out to meet the contract's minimum requirements as delineated in this solicitation. The contractor may submit more than one design, but each design must meet the minimum requirements. The government has the right to alter the build-out proposal of the winning contractor to their preference within the scope of the requirements. 4.2.1 Completion Time for Build-out The construction of the build-out shall be completed no later than the occupancy schedule discussed in Item 3. Should the facility not be available for occupancy at that time, the contractor shall provide at its expense, an alternative space to the government to fully meet its needs until the building is ready for occupancy. This location shall be no further than 1 mile from the leased space. These alternative facilities shall be equipped with phones, printers, copy machines, and T1 point connections to GSFC. 4.2.2 Reception Area The contractor shall build a reception area of approximately 75 ft2 near the main entrance and/or elevator. 4.2.3 Conference Rooms The contractor shall build 9 conference rooms. Three of the rooms shall be adjacent with dimensions of 15x20 ft2 each. These 3 rooms shall be designed without windows to create 1 large room when mobile walls are opened for a total space of 900 ft2. The remaining 6 rooms shall be 15x20 ft2 each. 4.2.4 Software Testing Rooms The contractor shall build 4 testing rooms without windows with the dimensions of 15x20ft2 each. 4.2.5 Student Training Rooms The contractor shall build 6 training rooms without windows with the dimensions of 25x 25ft2 each with a minimum height of 9 ft. All 6 rooms shall be near each other with a common hallway that begins near the reception area. Students shall not be required to go through the office space (built or open) to enter these rooms. 4.2.6 Hard-wall Offices The contractor shall build 6 adjacent offices with windows. One office shall have an area of 300ft2, and the other 5 offices shall have an area of 150ft2 each. 4.2.7 Open Office Space The open office space will not require build-out. However this area must provide undivided space for a minimum of 120 cubicles of 75ft2 each. Each of these cubicles will require adequate electrical drops. Office space should be given preference for available windows. 4.2.8 Kitchen & Lounge The contractor shall build 1 kitchen with an adjacent lounge area. This area shall be a total 900ft2 with only 2 walls maximum for the kitchen area. People in the offices and training rooms shall be able to easily access the kitchen. This kitchen shall have 1 closet, 2 sinks with cold and hot water, as well as ample cabinet and counter space. Should the training space be located separately from the offices, a similar kitchen/lounge area of 250 ft2 shall be built near the training rooms. 4.2.9 Local Area Network (LAN) Room The contractor shall build a 20x20 ft2 room without windows to house the LAN and IT equipment. This room shall be capable of maintaining a constant temperature of 68oF to 72oF and shall be secured IAW Section 4.4. A raised floor is optional but desirable. 4.2.10 Restrooms The contractor shall provide adequate restroom facilities in accordance with all Federal and State laws and regulations. 4.3 Communication and IT Requirements The Government will provide the communications and IT requirements. The contractor shall provide a communications closet in a demarcation point for telephone and T1 circuitry. Access to the closet from outside the building and from the closet to the office area will be given to the Government and its authorized subcontractors. The Government reserves the right to install cabling and telephone wiring as needed. 4.4 Security Requirements The contractor shall provide access control to the facility and leased space in the form of mechanical locking devices and an electronic access control system (EACS). Mechanical exit, door, and locking hardware shall conform to Builders Hardware Manufacturers Association, Inc., Sections A156.2, A156.3, and A156.13, Grade 1 specifications and standards for locking devices. Locks shall be keyed uniquely so that only the user has access. Sufficient keys shall be provided to all user personnel in the built-out offices. The EACS shall limit access to authorized personnel, record entry dates and times, and record unauthorized accesses and access attempts; doors controlled by EACS shall also have monitored intrusion detection system (IDS) devices (e.g., audible and/or silent alarms) to detect and record unauthorized access or intrusion attempts. Sufficient EACS "pass" devices (e.g., keycards) shall be provided to approximately 150 personnel. The contractor shall maintain access capability ONLY for emergency service; all maintenance, cleaning, etc., shall be coordinated with the user prior to the performance of the task. The contractor shall provide after hours lighting and surveillance for parking lots. 4.5 Handicap Accessibility The contractor, at their expense, shall ensure that the building is in full compliance with all Federal and State laws and regulations 4.6 HVAC Requirements The contractor shall provide heating, ventilation and air conditioning for the proposed space 7 days a week, 24 hours a day. The space is to be maintained at 750F (50+10) percent relative humidity. Outside air must be provided to meet minimum ventilation standards as set forth in ASHREA 62-1989, including ASHREA 62a-1990 of 20 CFM per person to meet indoor air quality. The heating and cooling load shall be calculated considering the minimum outdoor air requirement. The following rooms shall have individual climate control: * Each hard-wall office * Each conference room * Each testing room * Each training room * LAN room in accordance with the standards set in 4.2.9. 4.7 Lighting Requirements Lighting levels shall be provided such that 50-60 foot-candles are uniformly distributed at 3.5 ft above finished floor. Lighting levels shall be based on maintained levels, not initial lumens. Lighting controls in the conference and training rooms shall be designed such that lighting can be lowered uniformly to 33 or 66 percent of maximum. Emergency lighting and Exit Signs shall be installed in hallways and open office area to provided adequate egress illumination in the event the area lighting fails. 4.8 Power Requirements Open Office space -- The contractor shall provide power through the Government furnished systems furniture and power poles. The contractor shall provide power and pathways such that each 4 workstations share one 20 amp, 120 volt circuit. Power connections will be received from the ceiling, in most cases. Hard wall offices -- Power shall be distributed so only one circuit is shared between two offices. Power outlets shall be in the wall, 18 inches above finished floor. One outlet shall be on all four walls of the office. Training rooms -- Each room shall be electronically configured to support 24 8-amp systems and one 12-amp system to operate simultaneously without problems. One outlet shall be provided in the ceiling for an overhead projector in each training room. Testing rooms -- Each room shall be electronically configured to support ten 8-amp systems and one 12-amp system to operate simultaneously without problems. Conference rooms -- The contractor shall provide a minimum of 2 outlets (1 -front, 1 -- back) in each room. LAN room -- The contractor shall provide a minimum of ten 15-amp circuits. 5. Parking The facility shall have a minimum of 200 unoccupied parking spots available within 400 feet of the building. 6. Price The contractor shall submit its pricing proposal for the lease in the space provided below. This square foot price shall be on a full service basis and include cost for cleaning services, maintenance, trash removal, landscaping, water, sewer charges, hearing, electricity, certain administrative expenses attributable to occupancy, rent, snow removal, security, and the cost of the build-out in accordance with the specifications identified in this solicitation. Out year pricing shall address any anticipated increases in prices. Year 1: Year 2: Year 3: Option Year 1: Option Year 2: 7. Payment of Property Taxes For the purposes of FAR 52.229-4(c), the parties agree that the base rent excludes any property taxes applicable to the Premises to the extent such taxes are increased after the execution of this contract. The contractor affirms that the rental price does not include any contingency for such an increase. 8. Payment Invoices shall be submitted monthly. Payment will not be made for space that is in excess of the square footage requested. If it is determined that the amount of square footage actually delivered is less than the amount agreed to in the lease, the lease will be modified to reflect this difference, and the annual rental price will be determined by multiplying the usable square feet by the square footage rate. 9. Acceptance of Space FAR 52.246-12 Inspection of Construction is incorporated by reference. 10. Use Of Premises USE: The government will use the premises and common area for any lawful purpose except for manufacturing. The Government shall have access to the premises 24 hours a day, 7 days a week and one elevator. BUILDING CODE: The contractor shall ensure that the facilities are constantly in compliance with all applicable city, state and federal building codes. To the extent any part of the premises is not in compliance with such regulations, the contractor shall be responsible for the cost of correcting any such deficiencies 11. Maintenance Services And Repairs CONTRACTOR'S DUTY TO MAINTAIN: The contractor shall maintain the premises, to include the all items addressed in Item 6. grounds, parking areas, snow removal, driveways, common areas, building, building systems, and all building equipment and fixtures, in good repair and usable condition. Upon request of the Contracting Officer, the Contractor shall provide written documentation that the premises have been maintained, tested, and are operational. In the event the Contractor fails to meet any requirement of this lease the Government may meet the requirement, directly or through a contract and then deduct any costs incurred for the service or item, including administrative costs, from the rental payments. 12. Insurance CONTRACTOR LIABILITY INSURANCE: The Contractor shall maintain at their expense, Commercial General Liability insurance against claims for personal injury, death or property damage occurring upon, in or about the Premises. Nothing in this lease shall be construed as relieving the contractor from liability for damage to or destruction of Government property caused by the willful or negligent act or omission of the Contractor. In the event of any loss or damage resulting from the negligent or intentional acts or omissions of the Government or any agent, employee or contractor of Government, and such loss or damage is not covered by a insurance policy maintained by Contractor, then the Government shall be liable to Contractor for any and all damages (including loss of use of the Premises) resulting from such acts provided for under the Federal Tort Claims Act. CONTRACTOR CASUALTY INSURANCE: The Contractor shall insure the premises in an amount equivalent to the full replacement value (excluding land, foundation, grading and excavation costs) against a loss or damage by fire; and such other risks including but not limited to windstorm, hail, explosion, vandalism, malicious mischief, civil commotion and such other coverage as the Contractor may deem appropriate or necessary. 13. Damage By Fire Or Other Casualty If fire or other casualty destroys the entire premises, this lease will immediately terminate. In case of partial destruction or damage, so as to render the premises uninhabitable, as determined by the Government, the Government may terminate the lease by giving written notice to the Contractor within 15 calendar days of the fire or other casualty. If terminated, no rent will accrue to the Government after such partial destruction or damage; and if not terminated, the rent will be reduced proportionately by supplemental agreement effective from the date of such partial destruction or damage. 14. Safety Requirements The Contractor shall maintain buildings and space in a safe and healthful condition according to OSHA and any other Federal or State law standards. The Government reserves the right, at any time after the lease is signed and during the term of the lease, to inspect the leased premises and all other areas of the building to ensure a safe and healthy work environment for the employees and their performance under this lease. 15. Option to Extend the Term of the Contract The Government may extend the term of the contract up to 2 one-year options by written notice to the contractor. The Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. 16. Hazardous Materials The leased space shall be free of hazardous materials according to applicable federal, state, and local environmental regulations. 17. Environmental Matters The leased space shall be in compliance with all Environmental Laws and all related permits, licenses, orders, approvals, waivers and variances. 18. Evidence Of Capability To Perform 18.1 At The Time Of Submission Of Offers, The Offeror Shall Submit To The Contracting Officer: * Satisfactory evidence of at least a conditional commitment of funds in an amount necessary to prepare the space. Such commitments shall be signed by an authorized bank officer and at a minimum shall state: amount of loan; term in years; annual percentage rate; length of loan commitment. * The name of the proposed construction contractor, as well as evidence of the contractor's experience, competency, and performance capabilities with construction similar in scope to that which is required herein. * The license or certification to practice in the state where the facility is located from the individual(s) and/or firm(s) providing architectural and engineering design services. * Compliance with local zoning laws or evidence of variances, if any, approved by the proper local authority. * Evidence of ownership or control of site. 18.2 After Award: Within 10 days after award, the successful Offeror shall provide to the Contracting Officer evidence of: * A firm commitment of funds in an amount sufficient to perform the work. * Award of a construction contract for Tenant Improvements with a firm completion date. * Issuance of a building permit covering construction of the improvements. 19. Construction Schedule * Within 15 days after award of the lease contract, the successful Offeror shall submit to the Contracting Officer a tentative construction schedule giving the dates on which the various phases of construction will be completed to coincide with the Government's required occupancy date. Refer to Item 3. Occupancy. The finalized schedule shall be submitted no later than 18 days after award. * The schedule shall include timing for completion of design and construction milestones including, but not limited to: 1) submittal of preliminary plans and specifications; 2) submittal of other working drawings; 3) issuance of a building permit; 4) completed construction documents; 5) start of construction; 6) completion of principal categories of work; 7) phased completion and availability for occupancy of each portion of the Government?demised area (by floor, block, or other appropriate category); 8) final construction completion. 20. General Provisions All qualified responsible business sources may submit an offer that shall be considered by the Agency. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: * Time to complete build-out * Price * Vicinity to GSFC * Vicinity to other services * Past performance The proposed lease shall clearly and fully demonstrate the offeror's capability and knowledge with regard to the requirements described in the RFQ. The offeror shall provide a list of 3 references for the same or similar work performed within the last 5 years, including lease value, agency/company name and point of contact (including address, phone and fax numbers, and email address), the lease start date, and status of the contract (current, terminated (if so, why), successfully completed). Offerors with no previous contracts for the same or similar work shall so state. Offers which outline the terms and conditions as described above are due by December 21, 2001, 2:30 pm local time to: Michele Rasel, NASA Goddard Space Flight Center, Code 216, Greenbelt, MD 20771; and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, CAGE Code, and be signed by an authorized company representative. The following clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following identified clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 19
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#99580)
Record
Loren Data Corp. 20011213/XSOL005.HTM (D-345 SN514907)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on December 11, 2001 by Loren Data Corp. -- info@ld.com