SOLICITATION NOTICE
X -- Amendment for New lease Mt Vernon, IL
- Notice Date
- 11/19/2019 11:05:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25519R0082
- Response Due
- 12/10/2019 8:59:59 PM
- Archive Date
- 02/08/2020
- Point of Contact
- Karen E MaggartContract Specialist913-946-1992
- E-Mail Address
-
karen.maggart@va.gov
(karen.maggart@va.gov)
- Awardee
- null
- Description
- RLP Amendment 36C25519R0082_2November 18, 2019The following changes/revisions were made to Mt. Vernon RLP 36C25519R0082:Removed #12 in Unique Requirements Section 1.04 about needing a loading dock.Revised Lease Description Section 1.08 D. paragraphs. This will be a near fully serviced lease (VA is providing the janitorial service and supplies); and we are requiring Turnkey TI Pricing.Paragraph D is now as follows:D. The Lease contemplated by this RLP is a near fully serviced, turnkey Lease with rent that covers all Lessor costs, including all shell upgrades, TIs, operating costs, real estate taxes, and security upgrades. Rent shall be based upon a proposed rental rate per Rentable Square Foot (RSF), limited by the offered rate and the maximum ABOA SF solicited under this RLP. The Tenant Improvements to be delivered by the Lessor shall be based upon information provided with this RLP and Lease, including Agency Specific Requirements (ASR). The Lessor shall design and build the TIs and will be compensated for the TI costs based upon turnkey pricing established under the Lease. Offerors are encouraged to consider the use of existing fit-out and other improvements to minimize waste. However, any existing improvements must be deemed equivalent to Lease requirements for new installation, and Offerors are cautioned to consider those requirements before assuming efficiencies in its TI costs resulting from use of existing improvements.After award, the Lessor must prepare Design Intent Drawings (DIDs) for the leased Space conforming to the Agency Specific Requirements. The Government will have the opportunity to review the Lessor's DIDs to determine that the Lessor's design meets the requirements of the Lease. Only after the Government approves the DIDs will the Lessor be released to proceed with buildout. The Lease also provides that the Government may modify the TI requirements, subject to the Lessor's right to receive compensation for such changes. Revised 3.07 paragraph A for TI Turnkey Pricing and is as follows:3.07 TENANT IMPROVEMENTS INCLUDED IN OFFER (SEP 2015)A. TENANT IMPROVEMENT TURNKEY PRICINGAn Agency Specific Requirements (ASR) package is provided with this RLP to all Offerors upon which to base their TI pricing. (TIs are the finishes and fixtures that typically take Space from the shell condition to a finished, usable condition.) All TIs 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 RLP and its attachments.Removed loading dock and service entrances on Page 22 under 1. EVALUATION.Added near fully serviced leased in Section 3.11 under Operating Costs Requirements.RLP has been extended two weeks- offers are now due on 12/10/2019 at 4:00 Central Time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5d4797a4a59d48d3b63d4217854bd710/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05498578-F 20191121/191120094808 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |