MODIFICATION
X -- Real Estate Acquisition
- Notice Date
- 6/15/2020 8:04:40 AM
- Notice Type
- Solicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- 6991CH FAA, WESTERN/PACIFIC REGION LAWNDALE CA 90261 USA
- ZIP Code
- 90261
- Solicitation Number
- RETSWP10872
- Response Due
- 6/30/2020 11:59:00 PM
- Archive Date
- 07/15/2020
- Point of Contact
- Wayne Darrington, Phone: (424) 405-7023
- E-Mail Address
-
wayne.darrington@faa.gov
(wayne.darrington@faa.gov)
- Description
- The Federal Aviation Administration (FAA) desires to lease within the boundaries listed below. Location: 10- mile radius of the Boise Airport � 3201 Airport Way, Boise, ID 83705-6530 1.1 The offer should comply with the requirements set forth in the Solicitation for Offer (SFO). At the time of submission of offers, the Offeror must submit to the Contracting Officer a signed statement that the Offeror has read the SFO and all the attachments in their entirety. The following forms must be completed and submitted with the Offer: ? Signed SFO with offer showing compliance to the requirements in the SFO ? Proposal to Lease ? Lessor�s Annual Cost Statement ? Evidence of Capability to Perform (Section 1.4) ? Architectural Barriers Act Accessibility Standard Compliance Report (See Section 4.1) ? Safety and Environmental Checklist (See Section 5.2) ? Copy of Energy Star certification, if applicable (See Section 6.0) ? If the space being offered is not Energy Star compliant but can be certified within one year of lease award provide supporting documentation to that effect (See Section ? Certification of Seismic Safety (See Section 5.3) The FAA is interested in leasing approximately 7,375 usable square feet (USF comprised of the following type of space: o Office Space: approximately 3,740 USF o Technical Space: approximately 3,060 USF o Special (Wareyard- fenced): approximately 575 USF � The offer shall meet the following space requirements: o Must be located in a quality building of substantial construction o Have a potential for efficient layout o In compliance with all of the Government�s minimum requirements set forth herein. o If space offered is in a multi-tenant building, the space must include true floor to ceiling/slab to slab walls, which separate FAA�s space from other occupants/tenants. o Commercial Internet Access must be available. o Minimum of one (1) each of male and female bathrooms. o Must meet Standards of Seismic Safety for Existing Federally Owned and Leased Buildings (RP 8) by date of occupancy o Architectural Barriers Act Accessibility Standards (ABAAS) compliant by date of occupancy � The design of the space offered shall be conducive to efficient layout and good utilization as determined by the Government. LEASE TERM - The FAA is interested in leasing for 5 years with the FAA having the option to renew for 5 additional years. The FAA may terminate the lease in whole or part after 360 days by giving 120 days� written notice to the Lessor. LEASE RATE - The FAA desires a fully-serviced lease rate per rentable square foot. If the offered rate excludes any services (i.e., janitorial services, utilities, etc.), this must be clearly notated on the offer and that the Government will be responsible for providing the service(s). Exclusions will be considered in the price evaluation process. TENANT IMPROVEMENT - When applicable, the Offeror shall provide the dollar amount of the Tenant Improvement[1] Allowance per usable square foot. The Tenant Improvement Allowance shall cover the estimated cost of 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 constructed and paid for by the Offeror as part of the rental consideration, and all improvements shall meet the quality standards and requirements of this solicitation and its attachments. The Offeror may be requested to provide a listing of Offeror�s administrative costs, Offeror's profit and overhead, A/E design costs, and other associated project fees necessary to prepare construction documents to complete the Tenant Improvements. State the basis for determining each component, (e.g. flat fee, cost per occupiable square foot, etc.). State any assumptions used to compute the dollar costs for each fee component. � OCCUPANCY - Estimated occupancy is the date that personnel will be moved into the space.� Occupancy is required within 180 calendar days or sooner, after the Real Estate Contracting Officer issues the Tenant Improvement Notice to Proceed. � ACCESS AND APPURTENANT AREAS - The right to use appurtenant areas and facilities is included. The Government reserves the right to post Government rules and regulations where the Government leases space. DEVIATIONS - If an offer includes any �material� deviations, i.e. those affecting price, occupancy date, performance requirements, the Offeror shall submit them with their offer in a separate document entitled, �Deviations.� By submitting such deviations, the Offeror acknowledges and accepts the risk that any of the deviations may result in the offer being determined unacceptable.� PART III � AWARD FACTORS AND PRICE EVALUATION AWARD BASED ON LOWEST PRICED, TECHNICALLY ACCEPTABLE The lease will be awarded to the Offeror whose offer will be most advantageous to the Government, price and the technical factors set forth below considered : � ������������������� Price is not as important as the following technical evaluation criteria � Technical Evaluation Criteria (Not All-Inclusive) Quality of the space offered; suitability for government-required build-out; class of space; age of the building; preference given to those offerors who meets the seismic compliance requirements as outlined 1.11f meet the ABAAS compliance requirements by date of occupancy meets the parking requirements as outlined 2.0p meets energy star or will meet within the first year of the lease; Quality of Proposed build-out, in terms of space layout; ability to complete within Government-required timeframes; use of certain quality, types of materials; etc. Financial capability of the Offeror; Past performance of the Offeror [Required.] Accessibility of the building location to restaurants, major roads, etc. Types of services included as part of the Lease. PART IV � GENERAL BUILDING REQUIREMENTS AND SPECIFICATIONS BUILDING SHELL REQUIREMENTS - When applicable, the Offeror shall provide a building shell which shall consist of the following:� Base structure and building enclosure components shall be complete. All common areas accessible by the Government, such as lobbies, fire egress corridors and stairwells, elevators, garages, and services areas, shall be complete. Restrooms shall be completely accessible in accordance with the requirements of paragraph 4.1 below and fully operational. All newly installed building shell components, including but not limited to, heating, ventilation, and air conditioning (HVAC), electrical, ceilings, sprinklers, etc., shall be furnished, installed, and coordinated with Tenant Improvements. Circulation corridors are provided as part of the base building only on multi-tenanted floors where the corridor is common to more than one tenant. On single tenant floors, only the fire egress corridor necessary to meet applicable life safety code(s) is provided as part of the shell. Telephone Rooms � Building telecommunication rooms on each floor shall be completed, operational, and ready for Tenant Improvements.� The telephone closets shall include a telephone backboard. Unless an item is specifically labeled as Tenant Improvement, it shall be considered a building shell item. All items identified in this solicitation as �building shell� are to be provided, installed, maintained, repaired, and/or replaced as part of the Offeror�s base rent. � ACCESSIBILITY - All space offered in response to this SFO shall be accessible to persons with disabilities, including the common areas accessible to Government tenants, in accordance with the Architectural Barriers Act Accessibility Standard (ABAAS). The Offeror shall submit the ABAAS Compliance Report prior to lease commencement. LABOR STANDARDS - If an Offeror proposes to satisfy the requirements of this SFO through the construction of a new building or the complete rehabilitation or reconstruction of an existing building, and the Government will be the sole or predominant tenant such that any other use of the building will be functionally or quantitatively incidental to the Government�s use and occupancy. The following will apply: Labor Standards clause (6/09)* * Full text version of this clause is available upon request from the Real Estate Contracting Officer. � � PART V � GENERAL SAFETY AND ENVIRONMENTAL REQUIREMENTS GENERAL SAFETY REQUIREMENTS - Buildings in which space is offered for lease shall be evaluated by the FAA to determine whether or not an acceptable level of safety is provided. This evaluation will consider the potential for loss of life, loss of federal property, and business interruption. Potential for fire growth and spread, as well as the building's capability to resist the effect of fire, shall be evaluated. In addition, the building's environmental quality will be considered, including, for example, indoor air quality, the presence, location, and condition of asbestos in the space, and levels of radon in the air. Offerors shall assist the Government in its assessments and detailed studies by making available information on building operations and providing access to space for assessment and testing. 5.1������ BUILDING CODES - All buildings must comply with Federal, State, and Local building, fire, safety, and seismic safety codes. FAA reserves the right to inspect the premises to verify compliance with these codes. 5.2������ SAFETY AND ENVIRONMENTAL CHECKLIST - All offerors shall submit a completed FAA�s Safety and Environmental Checklist form. Failure to submit this form may eliminate an Offeror�s proposal from further consideration. FAA reserves the right to verify the space�s compliance with the checklist. 5.3������ SEISMIC SAFETY � The successful� offer received in response to this SFO will be� evaluated to determine whether the offer fully meet National Institute of Standards and Technology (NIST) NISTIR 5382, Interagency Committee on Seismic Safety in Construction (ICSSC) RP 8, Standards of Seismic Safety for Existing Federally Owned or Leased Buildings. If any offer received does not fully meet seismic safety requirements, then other offers will be considered. The Offeror shall be required to submit a completed Certificate of Seismic Compliance form prior to lease award and will be attached to the executed lease contract. GREEN LEASE CERTIFICATIONS AND SUBMITTALS - For buildings that are 10,000 gross square feet (GSF) and above, preference will be given to spaces that are Energy Star certified or where the lessor commits to having the building earn the Energy Star label or to undertake other energy efficient measures within one year of signing the lease.� The Offeror acknowledges reading the Solicitation for Offers and all the attachments in their entirety. This offer is in full compliance with and acceptance of the aforementioned Solicitation, with attachments. Offeror Signature Title Date [1] Tenant improvements are the components, finishes, and fixtures that typically take space from the �shell� condition to a finished, usable condition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ca8ec65d252541dc9039cf02d93d07f1/view)
- Place of Performance
- Address: Boise, ID 83705, USA
- Zip Code: 83705
- Country: USA
- Zip Code: 83705
- Record
- SN05690087-F 20200617/200615230207 (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 |