SOLICITATION NOTICE
X -- Lease Space Sought for Museum Like Specialized Storage Space - Package #1
- Notice Date
- 9/23/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of the Army, US 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
- DACW56-5-20-4002
- Archive Date
- 11/4/2019
- Point of Contact
- Renee S. Fletchall, Phone: 918-669-7683
- E-Mail Address
-
renee.s.fletchall@usace.army.mil
(renee.s.fletchall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Enclosure 4 - PAS Form Enclosure 3 - SAM Instructions Enclosure 2 - Rental Proposal Worksheet Enclosure 1 - Sample Lease SOLICITATION FOR OFFERS PROJECT: U.S. Army Corps of Engineers Curation Center DUE DATES: Initial Offers: Due 20 October 2019 Best and Final Offers: Due 30 October 2019 SUMMARY: The Government seeks to lease 8,000 - 9,500 rentable square feet of museum-like storage space, with an option to expand in to adjacent or nearby additional 3,000 square feet, for an initial 10-Year term (Enclosure 1). The ideal space will be located within a 5 mile driving radius of CityPlex Towers, 2488 E. 81st St., Tulsa, Oklahoma 74137. Request Tenant Improvements be provided, in exchange for lump-sum reimbursement. REQUIRED Building Elements Include: • Windowless space with no exposure to sunlight. • 24/7 Climate-controlled interior with humidity control.  PREFER: HVAC with humidity control and request pricing for separate system if necessary. • Ceiling and sprinkler clearance height to allow at least 83" tall compact mobile shelving units. • Minimum 115 lbs per foot floor loading • Must meet appropriate electrical, fire, building, health, and safety codes. • Operational and appropriate fire detection and suppression system.  PREFER: Individually heat activated wet sprinkler heads to minimize potential water damage or inert gas suppression system. • Electrical connections required throughout space. • Appropriate lighting required throughout (no excessive UV).  PREFER: LED Lighting • Access to loading dock and freight elevators. • Require ability to discretely bring collections and visitors into and out of repository. • Dedicated restrooms within leased area.  PREFER: large sinks • Walls separating government leased space from adjacent tenants and interior walls enclosing mechanical facilities (if existing) will be from floor to building understructure. It shall be constructed of 5/8", Type "X" gypsum wallboard, taped and finished, applied over 3-5/8 inch metal studs, 16"o.c. In lieu of; Option #1: Steel chain link fence may be substituted for gypsum wallboard for the wall section above the finished ceiling line. Option #2: Open, 3-5/8", 25ga. (minimum) studs, 6" o.c., reinforced horizontally @ 24"o.c. and may be used without chain link fence or drywall installation above finished ceiling line. • All entry and exit doors need heavy weather-stripping, filters on vent registers to minimize dirt/dust/insects. • Spaces offering both primary and secondary points of ingress/egress • Tenant shall have the right to use 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. REQUESTED Tenant Improvements and Services: • Appropriate and operational intrusion detection and deterrent system with full coverage of an electronic security system, including 24-hour monitoring.  PREFER: The security system be within existing Federal Protection Service (FPS) envelope including; FPS approved armed personnel, secure badge-controlled doors and elevators, etc. • Installation of 'Spacesaver' shelving units (or equivalent) to accommodate 4,500 boxes (standard box size is 2ft x 1 ft x 1 ft) with additional locking mechanisms to secure the system in a closed position, including locking tambour doors on exposed end units. • Separate room within rental area, of minimum 500 sq ft, and a minimum of two smaller special-use rooms • Prefer overhead plumbing to be situated over non-shelving areas • Prefer bare, white, non-slip and non-voc white painted concrete floor (one level) and finished walls (white preferred). GENERAL REQUIREMENTS: A. The offer to lease will include the following: 1. Itemized rental proposal worksheet (Enclosure 2). A flat rental rate for the entire ten-year term is requested. 2. Statement indicating whether or not the property is in a 100-year flood plain. 3. If the offer includes a lump sum Government contribution to the finish-out of the space, the Offeror should provide a bid for the completion of the work 4. An estimate of the number of calendar days to complete the finish-out of the space after award of the lease. 5. Proof of ownership with legal description of the property. 6. Floor plan. B. 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. If the offer does include a one-time lump sum contribution, Offerors should obtain bid from qualified contractors and an itemized list of finish-out charges. C. Offeror is requested to waive restoration of tenant improvements installed under the terms of the lease. D. The Offeror must obtain a Data Universal Numbering System (DUNS) number obtained from Dun and Bradstreet and also must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) at the of lease execution. To remain active, Offeror/Lessor is required to renew registration annually. (Enclosure 3) E. All payments made by the Government must be made by electronic funds transfer (EFT) into an account of the Lessor's choosing as designated in SAM account. F. 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 is provided to help you assist us on this issue (Enclosure 4). NEGOTIATIONS: 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 that are 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 that have a reasonable chance of being selected for award. Negotiations are considered closed at the due date and time of best and final offers. AWARD: 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: • Total Cost (includes rent and Government build-out share) • Efficiency of Space Layout • Quality, Visibility, and Accessibility of Facility • Tenant Compatibility 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, Tulsa District, Corps of Engineers, or other duly authorized individual. Rent will commence upon substantial completion, typically indicated by issuance of Certificate of Occupancy. GOVERNMENT POINT OF CONTACT: Renee Fletchall, Realty Specialist Telephone: 918-669-7683 Email: Renee.S.Fletchall@usace.army.mil WHERE TO SEND OFFERS: Offers should arrive at the address below prior to close of business on the due date. Email 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 email sender confirms immediately by telephone that the email was properly received. DEPARTMENT OF THE ARMY CESWT-REA ATTN: R. FLETCHALL 2488 E 81st STREET TULSA, OK 74137-4290
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/DACW56-5-20-4002/listing.html)
- Place of Performance
- Address: within a 5 mile driving radius of CityPlex Towers, 2488 E. 81st St., Tulsa, Oklahoma 74137, Tulsa, Oklahoma, United States
- Record
- SN05454780-W 20190925/190923230859-fd6037af6acbbf0ea98ed58ffd4e8a17 (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 |