Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2014 FBO #4562
SOURCES SOUGHT

X -- Build to Lease Warehouse Nairobi

Notice Date
5/20/2014
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA14RNairobiWarehouse
 
Archive Date
6/25/2014
 
Point of Contact
Timothy P. Farrell, , Liana Mirea,
 
E-Mail Address
farrelltp@state.gov, mireal@state.gov
(farrelltp@state.gov, mireal@state.gov)
 
Small Business Set-Aside
N/A
 
Description
LIANA MIREA-POC MIREAL@STATE.GOV USG BUILD TO LEASE, or OPTION TO LEASE WAREHOUSE - NAIROBI, KENYA The United States Government ("USG") is seeking expressions of interest from qualified landowners and/or developers ("landlord") for the construction and/or lease to the USG of a warehouse compound in Nairobi, less than 10 (ten) kilometers radius from the U.S. Embassy in Nairobi, Kenya, which is located on United Nations Avenue in the Muthaiga North area of Nairobi. The warehouse will be approximately 2,300m² in a location with suitable ingress and egress, and less than a 20 -minute drive during normal traffic from the Embassy Compound. The land area should be at least 6,000 m² with appropriate parking, adequate space for in/outbound vehicle circulation and containers staged on the site, ancillary buildings, and perimeter security. The warehouse can be either under construction, pending completion, or should be completed and ready for occupancy no later than December 2015. The USG will retain the right to inspect the warehouse during construction, and to refuse possession and occupancy if the agreed-upon specifications are not met. Depends on the situation, a Build-to-Lease ("BTL"), or Option-to-Lease ("OTL") agreement will be negotiated and executed between the USG and the successful offeror. The agreement will provide for annual rent payments along with any other estimated expenses from the USG to the landlord during the term of the lease, beginning at USG occupancy. Based on the fair market value of the project, the initial term of the lease shall be approximately five to ten years and shall be renewable upon terms to be negotiated. The agreement will contain preliminary site and floor plans, specifications, exterior views and elevations. After execution of the Agreement, the landlord will furnish working site and construction plans to the USG for approval. Funding for the design or construction of the warehouse will be the responsibility of the successful offeror. The successful landlord/developer will provide the clear land title, and/or property ownership arrangements along with all the funds necessary to develop, construct and maintain the property. The agreement will include an option to purchase the property at an agreed-upon fixed price, or at fair market value. TRANSMISSION OF EXPRESSIONS OF INTEREST: Responses to this notice may be hand delivered, delivered by courier (FedEx, UPS Express Mail, DHL, ETC.) to include a letter expressing your interest, requesting a bid package and the information outlined below. All expressions of interest must be received by 5 p.m. Nairobi, local time, on Friday, June 20, 2014 and/or submitted via email to the following addresses: 1) UNITED STATES EMBASSY, United Nations Avenue, Gigiri, P. O. Box 606-00621, NAIROBI, Kenya Attn: Contracting Officer, Anne Dudte Johnson(email:JohnsonAD3@state.gov) And a copy to: 2) U.S. State Department SA-6 Suite 902-H 1701 N. Fort Myer Drive, Arlington, VA 22209 Attn: Liana Mirea (email: MireaL@state.gov ) The USG will review each expression of interest and provide a detailed bid package to the offerors who appear qualified based on the submitted information. The BTL/OTL warehouse project will be awarded to the offeror who submits a bid package most advantageous to the USG, based upon the criteria of price, quality, location, and all other relevant factors to be determined by the USG. The USG reserves the right to reject all offers and cancel the project if it deems the offers not to be in the best financial interest of the USG. In order to be considered, expressions of interest should include the following: 1) Identification of the parcel of land or neighborhood where you would propose to locate the warehouse. The identified land or area must be approved for, or can be approved for, the described use by the local governmental authority. If possible indicate the size, location and a description (including a plot plan) of the land, and evidence of your ownership of the site (i.e. deed, long-term lease, or option to purchase. 2) A demonstration that the principal firm or principals in the firm undertaking the development have successfully completed projects of similar size, scope, and quality involving warehouses. Development experience in Nairobi is desirable but not required. Describe the technical and managerial qualifications of the firm, and its principal staff to be assigned to the project. Demonstrate your firm's experience with projects of this type by providing brochures, photos, completed project lists, website references, client references, and any other relevant background material. Describe your familiarity with, and the ability to obtain, local permits and licenses for the design and construction of the warehouse. The USG expects the design and construction quality to be of the highest standard, and meet the equivalent of the International Building Code. 3) A demonstration of your ability to complete the warehouse within 18 months of the execution of the Agreement, your ability to coordinate all phases of development, and information about the timely completion of previous projects of similar scope. 4) Evidence of your financial capacity and ability to obtain sufficient construction and long-term financing to complete the project, and to maintain ownership for the duration of the lease agreement and renewal periods. ******* American Owned Bidders: If you want to be eligible for a 10% rent preference that might be available under 22 U.S.C. § 302 to American-owned bidders, please provide evidence of (A) performance of similar construction work in the United States or at a United States diplomatic or consular establishment abroad, and (B) either (I) ownership in excess of fifty percent by United States citizens or permanent residents, or (II) incorporation in the United States for more than three years and employment of United States citizens or permanent residents in more than half of the company's permanent full-time professional and managerial positions in the United States. The burden of qualification for such preference is responsibility of the bidder. NOTE: The Department of State intends to award a BTL/OTL Lease Agreement on a best value basis considering factors such as location, experience in the local market, and ability to complete the project in a timely manner as well as rental cost/price. Non-American firms are not excluded from this competition, and are encouraged to submit expressions of interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA14RNairobiWarehouse/listing.html)
 
Place of Performance
Address: NAIROBI KENYA, Kenya
 
Record
SN03371437-W 20140522/140520235133-4c187b34229d15292a338d06e113f7ee (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 |
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.