SOLICITATION NOTICE
X -- USDA Seeks Approx. 8000 RSF of Office Space in Royal Palm Beach, Florida
- Notice Date
- 3/11/2009
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Florida State Office, 2614 NW 43rd Street, Gainesville, Florida, 32606
- ZIP Code
- 32606
- Solicitation Number
- USDANRCS-09-02
- Point of Contact
- Angelica M. Miller,, Phone: 3523389530, Jorge A. Munoz,, Phone: 352-338-9531
- E-Mail Address
-
angie.miller@fl.usda.gov, jorge.munoz@fl.usda.gov
- Small Business Set-Aside
- N/A
- Description
- The closing time and date for receipt of offers for SFO No. USDANRCS-09-02 has been extended to 4:30 p.m., March 31, 2009, to assure fair opportunity is provided to all potential offerors. The solicitation and all pertaining documents and forms can be obtained by sending an email with the SFO number (SFO No. USDANRCS-09-02) in the subject line to: Angelica Miller Contracting Officer angie.miller@fl.usda.gov (352) 338-9530 Please include all of your contact information in the email request. Description The USDA, Natural Resources Conservation Service (NRCS) is interested in leasing approximately 8,000 rentable square feet of space. The rentable space shall yield a minimum of 7,775 ANSI/BOMA Office Area (ABOA) square feet to a maximum of 8,225 ANSI/BOMA Office Area square feet, available for use by tenant for personnel, furnishings, and equipment. Services, utilities, and maintenance shall be provided by the Lessor as part of the rental consideration. The Lessor shall have an onsite building superintendent or a locally designated representative available to promptly respond to deficiencies, and immediately address all emergency situations. The Government requires 55 reserved parking spaces. These spaces shall be secured and lit in accordance with the Security Section in this Solicitation. The cost of this parking shall be included as part of the rental consideration. Area of Consideration Buildings which face and have street addresses on the boundary streets are deemed to be within the delineated area. North:Okeechobee Blvd. South:Lake Worth Rd. East:Florida Turnpike West:E Road An award of contract will not be made for a property located within a base flood plain or wetland unless the Government has determined that there is no practicable alternative. Lease Term The lease term is for five years and one five-year renewal period. NRCS may terminate this lease in whole or in part after 1 year on 120 days’ written notice to the Lessor. Offer Due Date Offers are due by 4:30 pm, March 31, 2009, and shall remain open until lease award. There will be no public opening and all offers received will be kept strictly confidential until a contract has been awarded. Occupancy Date The government requires occupancy on September 1, 2009. If offeror proposes possession other than the required date, the Contracting Officer shall determine if the proposed possession date will reasonably fulfill the government’s needs. The government reserves the right to negotiate the possession date with any offeror and to reject any offer which proposes a delivery date which will not meet the government’s needs. Award Factors The lease will be awarded to the Offeror whose offer will be most advantageous to the Government, price and other award factors which follow considered. Each proposal will be evaluated and awarded a value from 0 to 5 for each award criteria. Each value will be multiplied by the weight factor assigned to that award criteria to determine the sub-score for that criteria. All sub-scores will be added to develop the total score for each proposal. Only properties offered for lease to the Government which are located within the designated Area of Consideration will be considered. AWARD CRITERIAWEIGHT A. Economic Considerations 1. Initial term rental cost. Rate per annum plus the estimated square foot rate per annum for utilities (heat, electricity, water, sewer charges, trash pickup, etc.) and services (janitorial, etc.) not offered by the Offeror, plus total estimated moving cost, if applicable, divided by the number of years in the initial term of the lease; plus any other identifiable cost, i.e., paid parking, etc. Any estimated costs shall be added at the same rate for each Offeror. the highest rent receives the lowest score. Weight (3) 2. Option rental rate. Rate plus cost of services not offered by Offeror. Weight (2) 3. Amount of free parking offered above parking required by local zoning. Weight (2) B. The combination of factors below are approximately equal to price. The following award factor(s) are listed in descending order of importance. 1. Quality Considerations a. Building quality of sound and substantial construction. Weight (3) b. Full compliance with handicapped accessibility standards. Weight (3) c. Efficient floor plan layout compatibility. Weight (2) d. Contiguous space on one floor. Weight (1) 2. Delivery Time Date when premises will be ready for occupancy. Weight (3) 3. Security Considerations Level of adherence to Lease Security Standards. Weight (3) 4. Safety Considerations Based on the safety characteristics of the proposed space such as fire safety, structural safety of the building, presence of environmental contaminates, and other safety-related factors that affect employees and visitors. NOTE: A significant safety hazard may make an offer nonresponsive. Weight (3) 5. Past Performance Evidence of lessor’s past performance (letters of recommendation, awards, etc.) Weight (3) 6. Parking Based on the number, quality, adequacy, and maintenance of parking spaces. Weight (3) 7. Socioeconomic Considerations Lessor’s business size and socioeconomic status. Weight (2) 8. Historic Preference Historically significant buildings in historic districts listed in the National Register. Weight (1) 9. Promotion of Energy Efficiency and Use of Renewable Energy Weight (1) 10. Location Considerations a. City Center Neighborhood: Space shall be located in a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Streets and public sidewalks shall be well-maintained. Weight (2) b. A variety of inexpensive and moderately priced fast food and/or eat-in restaurants shall be located within 6 city blocks. Weight (2) c. Other employee services such as retail shops, cleaners, banks, etc., shall be located within 6 city blocks. Weight (1) d. Public transportation availability based on the number of modes available and proximity of modes. Weight (1) C. The recommendation for award will be made to the proposal achieving the highest total score based on the final proposal. However, the Government reserves the right to make the award to other than the highest point score, when in the opinion of the Government, the award to an Offeror with other than the highest score is in the best interest of the Government. How To Offer All original offers, including all required documents, must be submitted to the authorized real estate broker of the Natural Resources Conservation Service (NRCS) at the address below. Submittal by email is preferred. Documents must be properly executed and submitted no later than 4:30 pm of the offer due date, March 31, 2009. Donald K. DeWoody Compass Realty Advisors, Inc. PO Box 1625 West Palm Beach, FL 33402 561-659-1800 office 561-659-7590 fax dkd@compassfl.com cc@compassfl.com www.compassfl.com A copy of the offer, including all required documents, shall be simultaneously sent to the Contracting Officer named at the following address: Angelica M. Miller, Contracting Officer P.O Box 141510 Gainesville, FL 32614-1510 (OR) 2614 NW 43rd Street Gainesville, FL 32606 352-338-9530 office 352-338-9574 fax angie.miller@fl.usda.gov Required Documents 1. Documentation of ownership or control of the property and evidence of signature authority of the party(ies) who will sign any lease documents. If claiming an historic preference in accordance with the Historic Preference paragraph above (GSAR 552.270-2, SEP 2004), Offeror must submit one of the following as documentation that the property is historic or the site of the offered property is within a historic district: a letter from the National Park Service stating that the property is listed in the National Register of Historic Places or eligible for listing, with a date of the listing/decision; a letter from the State Historic Preservation Office stating that the property is listed in the National Register of Historic Places, or on a statewide register, or eligible for inclusion, with a date of the listing/decision; or, the National Register of Historic Places Identification Number and date of listing available from the National Register of Historic Places Database found at www.nps.gov/nr. 2. If there is a potential for conflict of interest because of a single agent representing multiple owners, present evidence that the agent disclosed the multiple representation to each entity and has authorization from each ownership entity offering in response to this SFO. Owners and agents in conflicting interest situations are advised to exercise due diligence with regard to ethics, independent pricing, and Government procurement integrity requirements. In such cases, the Government reserves the right to negotiate with the owner directly. 3. SFO. 4. SFO Attachments: a. Attachment #1 - GSA Form 3517A, General Clauses, (submit with initialed pages). b. Attachment #2 - GSA Form 3518A, Representations and Certifications, (complete and submit w/initialed pages). c. Attachment #3 - GSA Form 3516, Solicitation Provisions, (submit with initialed pages). d. Attachment #4 - GSA Form 3626, US Government Lease for Real Property, (complete and submit). e. Attachment #5 - GSA Form 1364, Proposal to Lease Space, (complete and submit). f. Attachment #6 - GSA Form 1217, Lessor’s Annual Cost Statement, (complete and submit). g. Attachment #7 - Rate Structure Sheet (complete and submit). h. Attachment #8 - Form GSA 12000, Pre-Lease Fire Protection and Life Safety Evaluation for a Low-Rise Office Building, OR Form GSA 12001, Pre-Lease Fire Protection and Life Safety for a High-Rise Office Building i. Attachment #9 - AD2056-Building Accessibility Checklist (complete and submit) j. Attachment #10 – Capital Lease Scoring Form (complete and submit) k. Information Attachment #1 - Government’s Detailed Space Requirements (do not submit) l. Information Attachment #2 - USDA/OCIO/ITS Requirements (do not submit) m. Information Attachment #3 – USDA Service Center Signs Guide (do not submit) n. Information Attachment #4 - Delineated Area Map (do not submit) o. Information Attachment #5 – GSA Security Standards for Leased Buildings (do not submit) 5. First generation blue line plans of the space offered, scaled at 1/8" = 1' 0" (preferred) or larger. a. Photostatic copies are acceptable pre-award only. All architectural features of the space shall be accurately shown. If conversion or renovation of the building is planned, alterations to meet this SFO shall be indicated. If requested, more informative plans shall be provided within 7 days. b. Plans shall reflect corridors in place or the proposed corridor pattern for both a typical full (single tenant) floor and/or partial (multi tenant) floor. The corridors in place or proposed corridors shall meet local code requirements for issuance of occupancy permits. c. The Government will review the corridors in place and/or proposed corridor pattern to make sure that these achieve an acceptable level of safety as well as to ensure that these corridors provide public access to all essential building elements. The Offeror will be advised of any adjustments that are required to the corridors for the purpose of determining the ANSI/BOMA Office Area space. The required corridors may or may not be defined by ceiling high partitions. Actual corridors in the approved layout for the successful Offeror's space may differ from the corridors used in determining the ANSI/BOMA Office Area square footage for the lease award. 6. An hourly overtime rate for overtime use of heating and cooling. Refer to the "Overtime Usage" paragraph in the SERVICES, UTILITIES, MAINTENANCE section of this SFO. If proposed rate is different than recommended by an independent Government estimate, the Offeror may be required to submit worksheets justifying overtime energy sage and rates. 7. Any other information (such as a fact sheet, 5” wide x 3” high or larger color photograph, site plan, location map, and tax parcel map) in case of multiple tax parcels for an offered building, etc., in order for the Government to perform a complete and adequate analysis of the offered property. Such information may also be requested by the Government, and in such circumstances, shall be submitted by the Offeror within 5 working days of the request. 8. If applicable, the agents’ disclosure and authorization from each ownership entity to offer in this SFO and/or represent multiple buildings with different ownerships, which may have conflicting interests. Owners and agents in conflicting interest situations are advised to exercise due diligence with regard to ethics, independent pricing, and Government procurement integrity requirements. In such cases, the Government reserves the right to negotiate with the owner directly. 9. Documents supporting evidence of capability to perform. Refer to the "Evidence of Capability to Perform" paragraph in the MISCELLANEOUS section of this SFO. 10. Building and Site Information Submittals referenced at SFO section 3.5. Primary Contact: Angelica Miller Contacting Officer angie.miller@fl.usda.gov (352) 338-9530 Secondary Contact: Jorge Munoz jorge.munoz@fl.usda.gov (352) 338-9531
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f76bada07ce8cca5551aa7e928e67ff6&tab=core&_cview=1)
- Place of Performance
- Address: Royal Palm Beach, Florida 33411, United States
- Zip Code: 33411
- Zip Code: 33411
- Record
- SN01766829-W 20090313/090311215741-f76bada07ce8cca5551aa7e928e67ff6 (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 |