Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2021 SAM #7284
SOLICITATION NOTICE

X -- The Government is requesting offers to lease approximately 15,000 net usable square feet of existing office space for three (3) separate locations in Killeen, TX

Notice Date
11/8/2021 11:09:43 AM
 
Notice Type
Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
DACA63-5-21-XXXX
 
Response Due
11/29/2021 9:59:00 PM
 
Archive Date
12/14/2021
 
Point of Contact
Kaitlin Edwards, Phone: 8178861303
 
E-Mail Address
Kaitlin.R.Edwards@usace.army.mil
(Kaitlin.R.Edwards@usace.army.mil)
 
Description
Title: The Government is requesting sources to lease three (3) separate office/medical spaces in the Greater Killeen, TX area. The following areas for this solicitation will be considered: North of 201, south of 439, west of 1670, and east of Big Divide Rd. or Zip Codes: 76542; 76548; or 76522 USACE leasing policy does not authorize the payment of broker fees or third-party fees. Basis of Award: The lease will be awarded based upon the best interest of the government. Cost will not be the sole determining factor. The Army intends to award this lease as a best value acquisition with tradeoffs in accordance with FAR Part 15, contracting by Negotiation. 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 offers by 29 Jan 21. Location:� Space within the delineated area will be given priority.� Space within 2 miles of the boundary of this zip code will be considered. �Space in existing buildings will be given primary consideration.� Priority will be given to space with on-site parking. Description(s): The Government is requesting an offer to lease approximately 15,000 net usable square feet of existing clinic space [or space that can be adapted to clinical use], in the Killeen, TX area.� A one-year firm term lease with nine one-year renewal options is intended. A 90-day termination rights for the Government after the end of the initial year or any option year shall be included.� The lease shall be subject to the availability of annually appropriated funds as stated in the attached sample lease for real property. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Clinical facilities are to be operated by the US Government.� This clinic is to be in a defined geographical area that contains businesses and other establishments that are of a compatible nature.� The clinic space will include exam rooms, laboratory, imaging, pharmacy, and all associated supporting space.� Private office space is required for each medical provider to comply with privacy requirements. 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. Local Representative: The Lessor shall have an on-site building representative available to promptly respond to deficiencies, and to immediately address any emergency situations. General Requirements: A. The offer to lease should include the following: 1.� Itemized rental proposal worksheet. 2.� An estimate of the number of calendar days to complete the finish-out of the space after award of the lease. 3.� A copy of the legal description of the property. 4.� Proof of ownership. B. The proposed leased space shall be fully serviced. 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 1-45.� 2.� All real estate taxes and insurance premiums with respect to the leased premises. 3.� Common area maintenance. 4.� Water, sewer, and trash removal services. 5.� Electrical service. 6.� Natural gas service (if applicable). 7.� Common area janitorial services on at least a 5-day-per-week basis in accordance with the enclosed requirements 8.� 65 parking spaces. C. Lessor/Offeror must complete GSA Form 3518, Representations and Certifications. The Offeror must obtain a Data Universal Numbering System (DUNS) number obtained from Dun & Bradstreet and must be registered in the System for Award Management (SAM) www.sam.gov at the time of submission of offer.� To remain active, Lessor/Offeror is required to renew registration annually. D. The Government requests the Lessor pay in full, or in part, the cost of any 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 should obtain bids from at least three qualified contractors. Government appraisers will review bids. 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 to all accessible areas daily, extending from 7 AM to 6 PM, except Saturdays, Sundays, and federal holidays.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/78c18dad7eb54e7eb4fa76400e5d0e87/view)
 
Place of Performance
Address: Killeen, TX, USA
Country: USA
 
Record
SN06172735-F 20211110/211108230116 (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 |
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.