SOLICITATION NOTICE
X -- Shop/Maintenance Space of 200,000 SF, within 100 miles of Texarkana, TX. - Enclosures DACA63-5-10-TexarkanaTX-25Jun10
- Notice Date
- 6/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-5-10-TexarkanaTX-25Jun10
- Point of Contact
- Robert C. Moren, Phone: 8178861117, David Baker, Phone: 8178861081
- E-Mail Address
-
robert.c.moren@usace.army.mil, david.baker@usace.army.mil
(robert.c.moren@usace.army.mil, david.baker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SFO DACA63-5-10-TexarkanaTX-25Jun10 Unified Facilities Criteria Encl 12 Comparable Data Sheet Encl 11 Preliminary Assessment Screening Encl 10 Direct Deposit Form Encl 9 CCR Encl 8 GSAForm3518 Reps & Certs Encl 7 Notice to Prospective Bidder Encl 6 JanitorialServiceGuide Encl 4 Construction Specs Encl 3 General Clauses 1-48 Encl 1 Rental Proposal Worksheet Encl 1 Sample Lease SOLICITATION FOR OFFERS PROJECT: Shop/Maintenance Space of 200,000 SF, within 100 miles of Texarkana, TX. DUE DATES: Initial Offer: 2Jul10 Best and Final Offer: 21Jul10 SUMMARY: The Government is requesting an offer to lease approximately 200,000 net usable square feet of existing shop/maintenance space [or warehouse space that can be adapted for shop/maintenance use]; 6,000 SF of office space; approximately 150,000 SF of exterior hardstand or suitable grounds for vehicular storage; and 125 parking spaces. The tenant shall, on an occasional basis, have the right to use the space beyond normal working hours and, if required, on Saturdays, Sundays, and Federal holidays. This includes the use of elevators, lights, toilet facilities, and, if necessary, heating and air conditioning. A one-year firm term lease with nine one-year renewal options is intended, with 30-day termination rights for the Government subsequent to the first year. The lease shall be subject to the availability of annually appropriated funds as stated in the attached sample lease (Enclosure 1) for real property. The desired occupancy date is 1Sep10. The preferred area is within 100 miles of the city of Texarkana, TX. GENERAL REQUIREMENTS: A. Initial response to this SFO may be accomplished by submission of the following: 1. The address of the property 2. A site plan of the property 3. A floor plan of the structure 4. A digital photo of the front of the property 5. Itemized (Enclosure 2), Rental Proposal Worksheet 6. A statement of the amount per SF of Tenant Improvements Allowance that will be paid by the Offeror, if any. 7. An estimate of the number of calendar days to complete the finish-out of the space, if any, after award of the lease, or after issuance of permits. B. The offer must be inclusive of the following: 1. Interior and exterior maintenance (including plumbing, electrical fixtures, HVAC maintenance, signage maintenance, door locks, fire extinguisher maintenance, pest control, and other minor repairs) in accordance with the General Clauses 1-48 (Enclosure 3). 2. Tenant improvements in accordance with our Construction Specifications (Enclosure 4) and the proposed floor plan (Enclosure 5 available at a later date). 3. All real estate taxes and insurance premiums with respect to the leased premises. 4. Common area maintenance. 5. Water, sewer, and trash removal services. 6. Electrical service. 7. Natural gas service (if applicable). 8. Janitorial services for office area, on at least a 5-day-per-week basis in accordance with the enclosed requirements (Enclosure 6). 9. 125 parking spaces. 10. Signage in accordance with the building fascia sign over space and placement on pylon sign, if available. Specifications for signage can be found in our Construction Specifications (Enclosure 4). C. The Government requests the Lessor pay in full, or in part, the cost of improvements, alterations, or other finish-out. The Government will pay any remaining balance as a one-time, lump sum figure following completion of work and acceptance of the space. Lessor/Offeror may be required to obtain bids from at least three qualified contractors. Lessor/Offeror may be required to submit an itemized listing of finish-out charges in the Notice to Prospective Bidder (Enclosure 7) format, or a similar computer-generated facsimile of this format. Government appraisers will review bids. 1. The Tenant Improvement Allowance is $ ________ per ANSI/BOMA Office Area square foot. (Tenant improvements are the finishes and fixtures that typically take space from the "shell" condition to a finished, usable condition.) The Tenant Improvement Allowance shall be used for 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 shall be performed by the successful Offeror as part of the rental consideration, and all improvements shall meet the quality standards and requirements of this solicitation and its attachments. 2. The Tenant Improvement Allowance shall include all the Offeror's administrative costs, general contractor fees, subcontractor's profit and overhead costs, Offeror's profit and overhead, design costs, and other associated project fees necessary to prepare construction documents and to complete the tenant improvements. It is the successful Offeror's responsibility to prepare all documentation (working/construction drawings, etc.) required to receive construction permits. NO COSTS ASSOCIATED WITH THE BUILDING SHELL SHALL BE INCLUDED IN THE TENANT IMPROVEMENT PRICING. 3. The Government, at its sole discretion, shall make all decisions as to the usage of the Tenant Improvement Allowance. The Government may use all or part of the Tenant Improvement Allowance. The Government may return to the Lessor any unused portion of the Tenant Improvement Allowance in exchange for a decrease in rent according to the amortization rate over the firm term. a. The Government reserves the right to make cash payments for any or all work performed by the Lessor. Prior to occupancy, the Government, at its sole discretion, may choose to pay lump sum for any or all of the Tenant Improvement Allowance. If, prior to occupancy, the Government elects to make a lump sum payment for any portion of the Tenant Improvement Allowance, the payment of the Tenant Improvement Allowance by the Government will result in a decrease in the rent. At any time after occupancy and during the firm term of the lease, the Government, at its sole discretion, may choose to pay lump sum for any part or all of the remaining unpaid amortized balance of the Tenant Improvement Allowance if the original occupant agency vacates the space. If the Government elects to make a lump sum payment for the Tenant Improvement Allowance after occupancy, the payment of the Tenant Improvement Allowance by the Government will result in a decrease in the rent according to the amortization rate over the firm term of the lease. b. If it is anticipated that the Government will spend more than the allowance identified above, the Government reserves the right to either 1) reduce the Tenant Improvement requirements, 2) pay lump sum for the overage upon completion and acceptance of the improvements, or 3) increase the rent according to the negotiated amortization rate over the firm term of the lease. c. Payment will not be made by the Government in instances where the Government accepts fixtures and/or other Tenant Improvements already in place. However, the Lessor will be reimbursed for costs to repair or improve the fixture(s) and/or any other improvements already in place. D. Offeror is requested to waive restoration of tenant improvements installed under the terms of the lease. •E. Offeror shall state the number of days after award [or after permits are obtained] required to complete the finish-out of the space. F. Offer must be signed by the same individual who is authorized to sign the lease. G. Lessor/Offeror must complete GSA Form 3518, Representations and Certifications (Enclosure 8). The Offeror must obtain a Data Universal Numbering System (DUNS) number obtained from Dun & Bradstreet and also must be registered in the Central Contractor Register at the time of submission of offer. To remain active, Lessor/Offeror is required to renew registration annually. Instructions are included in Enclosure 9. H. In accordance with Public Law 104-134 (10 USC 3332) all payments made by the Government must be made by electronic funds transfer (EFT) into an account of the Lessor's choosing (Enclosure 10). Please note that the address in the first section of the EFT form must be the same as the address contained in paragraph 3 of the sample lease. I. As required by Army Regulation AR 200-2, the Government must obtain information concerning the past use of the lease site. The Preliminary Assessment Screening form (Enclosure 11) is provided to help you assist us on this issue. J. Prior to final acceptance and execution of the lease by the Government, in accordance with public law, either a Government-employed or contracted appraiser must complete a fair market rental value appraisal report. The purpose of this report is to demonstrate and prove that the rental and any other consideration paid by the Government for the leased space is consistent with the rentals and other amounts paid by other tenants of the Lessor, if any, who lease similar size and quality of space. By submitting this offer, the Lessor agrees to cooperate with the appraiser by providing information on recent leases on the comparable form (Enclosure 12). Information that is provided by the Lessor will be kept confidential. K. Location: Space within 100 miles of the city of Texarkana, TX will be given priority. Space in existing buildings will be given primary consideration. Priority will be given to space with on-site parking. Local Representative: The Lessor shall have an on-site building representative, or a locally designated representative available to promptly respond to deficiencies, and to immediately address any emergency situations. General Design Criteria: Space in one building is preferred, and will be given priority. Space on ground floor is preferred, and will be given priority. Space on one floor is preferred, and will be given priority. Space with overhead cranes will be given priority. Exterior: All exteriors with suitable force protection standards will be considered. Office Interior: Floor covering of tile and single piece carpet squares is preferred. Office walls will be attached, but moveable in design. Communications: All computer and telephone communications wiring, including security features, are to be part of the Lessor's tenant improvements build-out. Building control locks required with badge access. Services: All utilities, janitorial, maintenance and repair to be provided by the Lessor during normal service hours. Normal Service Hours: Services, utilities, and maintenance shall be provided daily, extending from 7 AM to 6 PM, except Saturdays, Sundays, and federal holidays. A full service lease, with all expenses to be paid by Lessor, including taxes and insurance, is required. L. Anti-Terrorism/Force Protection Standards: Space should comply with or be capable of being adapted to comply with the Unified Facilities Criteria (UFC) DoD Minimum Anti-Terrorism Standards for Buildings [ http://www.wbdg.org/ccb/browse_cat.php?o=29&c=4 ; http://www.wbdg.org/ccb/DOD/UFC/ufc_4_010_01.pdf (UFC 4-010-01 8 October 2003 - including change 1, 22 January 2007)] and Army Regulation AR 190-51. A controlled perimeter may be required. Hardening of existing buildings may be required. Site: Depending on relative size of proposed leased space to building size [if >25%], site may be required to be sufficient in size to allow improvements to be located 148 feet from public access. M. Built-to-Lease proposals: Built-to-Lease proposals will not be considered. N. MEASUREMENT OF SPACE 1. ANSI/BOMA OFFICE AREA SQUARE FEET: a. For the purposes of this solicitation, the Government recognizes the American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) international standard (Z65.1-1996) definition for Office Area, which means "the area where a tenant normally houses personnel and/or furniture, for which a measurement is to be computed." b. ANSI/BOMA Office Area (ABOA) square feet shall be computed by measuring the area enclosed by the finished surface of the room side of corridors (corridors in place as well as those required by local codes and ordinances to provide an acceptable level of safety and/or to provide access to essential building elements) and other permanent walls, the dominant portion (refer to Z65.1) of building exterior walls, and the center of tenant-separating partitions. Where alcoves, recessed entrances, or similar deviations from the corridor are present, ABOA square feet shall be computed as if the deviation were not present. c. ABOA square feet and usable square feet (USF) may be used interchangeably throughout the lease documents. 2. RENTABLE SPACE: Rentable space is the area for which a tenant is charged rent. It is determined by the building owner and may vary by city or by building within the same city. The rentable space may include a share of building support/common areas such as elevator lobbies, building corridors, and floor service areas. Floor service areas typically include restrooms, janitor rooms, telephone closets, electrical closets, and mechanical rooms. The rentable space does not include vertical building penetrations and their enclosing walls, such as stairs, elevator shafts, and vertical ducts. 3. COMMON AREA FACTOR: If applicable, the Offeror shall provide the Common Area Factor (a conversion factor(s) determined by the building owner and applied by the owner to the ANSI/BOMA Office Area square feet to determine the rentable square feet for the offered space). O. ADJUSTMENT FOR VACANT PREMISES 1. If the Government fails to occupy any portion of the leased premises or vacates the premises in whole or in part prior to expiration of the term of the lease, the rental rate (i.e., the base for operating cost adjustments) will be reduced. 2. The rate will be reduced by that portion of the costs per ANSI/BOMA Office Area square foot of operating expenses not required to maintain the space. This rate will be negotiated and incorporated into the lease. Said reduction shall occur after the Government gives 30 calendar days' prior notice to the Lessor and shall continue in effect until the Government occupies the vacant premises or the lease expires or is terminated. NEGOTIATIONS: Offers must be received by the initial date established at the top of this document. After the receipt of initial offers, the named Realty Specialist or other authorized representative will conduct negotiations on behalf of the Government. Oral or written negotiations will be conducted with offerors within the competitive range. The competitive range, which will be established by the Realty Specialist, will be based on lease costs and other award factors stated in this solicitation. All offerors will be included who have a reasonable chance of being selected for award. Offerors have a chance to submit a final offer by the best and final date established at the top of this document. Negotiations are considered closed at the due date and time of best and final offers. AWARD FACTORS: After the review of best and final offers is completed, the lease will be awarded to the offeror whose offer will be most advantageous to the Government, price and other factors considered. Following are the primary award factors used in evaluating the offer: Force Protection Past Performance, Delivery Experience, & Delivery Time Total Cost (includes rent and Government build-out share) Efficiency of Space Layout Quality, Accessibility and Amenities of Facility After review of the best and final offers and the rating of the sites have been completed, the lease will be awarded to the offeror whose offer is the most advantageous to the Government. PRIOR TO AWARD Prior to award, the successful Offeror will be required to furnish: 1. Satisfactory evidence of funds on hand, or 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, or other legally authorized financing official, and at a minimum shall state: amount of loan, term in years, annual percentage rate, and length of loan commitment. 2. Evidence of compliance with local zoning laws, including evidence of variances, if any, approved by the proper local authority. 3. Evidence of property ownership. 4. All other herein mentioned enclosures. AWARD After the conclusion of negotiations, the Realty Specialist will prepare and forward to the successful offeror a proposed lease that shall consist of the following: 1. US Government Lease for Real Property 2. General Provisions 3. The pertinent provisions of the offer 4. The pertinent provisions of this Solicitation for Offers The final acceptance of the offer and award of the lease occurs upon the execution of the lease by the Chief of the Real Estate Division, Fort Worth District, Corps of Engineers, or other duly authorized individual. GOVERNMENT POINT OF CONTACT: Rob Moren at US Army Corps of Engineers, ATTN: CESWF-RE-A (Rob Moren), P.O. Box 17300, Fort Worth, TX, 76102-0300; Voice: 817-886-1117; Fax: 817/886-6425; or robert.c.moren@usace.army.mil. WHERE TO SEND OFFERS: Offers should arrive at the address below prior to close of business on the due date. Offers will be accepted by mail, fax or email [see fax & email address above]. Faxed or emailed offers are acceptable provided that: 1) an original copy is placed in the mail or hand-carried within 24 hours of the due date; and 2) the sender confirms by telephone or email that the offer was properly received. Please include a completed and initialed copy of the Solicitation for Offers with your offer. US Army Corps of Engineers, Fort Worth District Real Estate Division, Acquisition Branch Attn: Rob Moren [Room 2B03] 819 Taylor St., Fort Worth, TX 76102 ENCLOSURES LISTING: Enclosure 1: Sample Lease Enclosure 2: Rental Proposal Worksheet Enclosure 3: General Clauses 1-48 Enclosure 4: Construction Specs Enclosure 5: Proposed Floor Plan Enclosure 6: Janitorial Service Guide Enclosure 7: Notice to Prospective Bidder Enclosure 8: GSA Form 3518, Representations and Certifications Enclosure 9: Central Contractor Registration Enclosure 10: Electronic Funds Transfer Enclosure 11: Preliminary Assessment Screening Form Enclosure 12: Comparable Data Worksheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/DACA63-5-10-TexarkanaTX-25Jun10/listing.html)
- Place of Performance
- Address: To be determined. Preference given to space within 100 miles of Texarkana, TX., Texarkana, Texas, 75501, United States
- Zip Code: 75501
- Zip Code: 75501
- Record
- SN02188990-W 20100627/100625235259-d076197b995a6ced4e4b41a4aa225ff6 (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 |