Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 09, 2022 SAM #7588
SOLICITATION NOTICE

X -- USCG SOLICITATION FOR HSCG82-23-1-0005

Notice Date
9/7/2022 4:32:27 AM
 
Notice Type
Solicitation
 
NAICS
531 —
 
Contracting Office
CEU MIAMI(00082) MIAMI FL 33177 USA
 
ZIP Code
33177
 
Solicitation Number
HSCG82-23-1-0005
 
Response Due
9/16/2022 2:00:00 PM
 
Archive Date
09/17/2022
 
Point of Contact
Jacqueline Mezquita, Real Property Specialist
 
E-Mail Address
jacqueline.mezquita2@uscg.mil
(jacqueline.mezquita2@uscg.mil)
 
Description
The United States of America, United States Coast Guard (USCG) seeks to lease warehouse, meeting and storage space within Granite City, Illinois.� REQUIREMENT:� The United States Coast Guard is seeking to acquire a lease for warehouse,�convertible meeting and storage space within a (10) ten-mile radius from 1301 West First Street, Granite City, IL 62040.� EXPRESSIONS OF INTEREST:� Must be submitted in writing and should include a minimum of information that follows.� The proof of property ownership or authority to enter a contract in order to convey exclusive rights of subject property, such as a warranty deed or a property management contract with the owner which includes the owner�s warranty deed.� Provide a recent survey, if available.� Include information addressing the criteria as listed. � Include the following information in your response:� Building ownership information; building name and address, with a depiction of the available area within the building; fully serviced lease; and ABOA square feet to be offered and expected rental per ABOA rentable square feet, fully serviced.� (Indicate whether the quoted rental rate includes an amount for tenant improvements� and state that amount, if any).� Date of space availability.� Amount of parking on site. Energy efficiency and renewal energy features existing within the building.� Security (24/7 access to building)� List of building services.� Transportation, proximity to transportation availability.�� Your response should include the submission of an itemized Firm Fixed Price (FFP) cost proposal with a breakdown of all the requirements listed above. Please communicate your interest and capabilities to this office via email directly to Ms. Jacqueline Mezquita, Real Property Specialist U. S Coast Guard, Civil Engineering Unit Miami, Florida, Jacqueline.Mezquita2@uscg.mil.� � Send all responses and Expressions of Interest via Email to the Primary Point of Contact to this solicitation, title Subject Line as: SOLICITATION NUMBER HSCG82-23-1-0005.�� CONTRACTING OFFICE ADDRESS: 15607 SW 117th Avenue, Miami, Florida 33177-1630.� CRITERIA:� Project requirements are the following:� Location should be within a 10-mile radius of�1301 West First Street, Granite City, IL 62040. Attached delineated map depicts estimated radius. �Term must be for five (5) years, the first year firm with four (4) options. Space must be immediately available upon leasing. � Full-service lease to include, but not limited to, all utilities to include electrical, water and sewage, heat and HVAC, snow removal, trash removal, cleaning and janitorial services.� Location must have the following:�� 23,560 (twenty-three five hundred sixty) square feet of warehouse, meeting, and storage space available.� Fire Prevention Protection services, including a fire protection sprinkler system, maintenance and fire alarm program in place.� �Police Protection services.� �Security Monitoring services, including 24/7 camera monitoring and/or roving guard patrolling the complex 7 (seven) days a week.�911 Emergency services, including all telephone lines to have the capability of dialing 911 emergency services switchboard. Pest Control Services, including facilities being inspected and treated for termites annually, as well as treated for rodents, spiders, bugs, roaches, etc., as required. Live animals such as coyotes, wild dogs, cats, racoons, etc., will be removed from the facilities as required. Dead animals shall be removed from the property as soon as possible. � Custodial Services, including minimal services for all facilities housing personnel more than 3 days a week are: garbage collection from restrooms, kitchens, cleaning restrooms,�water fountains, with vacuuming/sweeping/mopping floors once a week and dusting and washing baseboards monthly. Refuse Collection and Disposal, providing a centralized located dumpster as required by the USCG and collection and disposal will be scheduled as required by the Lessee. Oversized dumpsters or special pickups will be charged to the Lessee.�� Road Maintenance, including normal street sweeping and surface repair such as filling developing holes in the driving surface, repairing cracked surface areas, repairing edge breakage, and repairing concrete curbs and gutters.� Grounds Maintenance, including mowing the grass throughout the property three times a month during the growing season, as required. Trash and debris removal on a regular basis.��Trees and Shrubs, maintenance including trimming and disposing of limbs. Perimeter fences and other common support structures not specifically associated with a Lessee will also be maintained. � Parking Areas: Adjacent, well-marked, well-luminated, and safe parking area adjacent/contiguous to warehouse location. Debris and trash will be removed and maintained in a clean, safe condition. Paved and graveled areas will be treated with herbicides, as required. Fences will be maintained in safe, operating condition. Cracked surfaces will be repaired as required. � Maintenance and Repair of Exterior Utility Distribution systems: All�Lessor owned electric, gas, water and sewage distribution exterior lines will be maintained. Major leaks and outages will be addressed ASAP. Tenants will be notified in advance of all scheduled outages for repairs/maintenance. � Water Quality control: water system will be flushed as needed to enhance the water quality. The Government will be considering if alternative space will be more viable and economically advantageous to the Government. In making this determination the Government will consider among other things the availability of alternate space that potentially can satisfy the Governments list of requirements (to be determined upon review of offers and a physical survey of potential sites), as well as projected costs likely to be incurred through relocating, such as the physical costs to move, replication of any current improvements, telecommunications infrastructure, non-productive agency downtime and proximity to water and other resources which would be advantageous to the CG response time. Security Measures such as gates, fencing, pop-ups, and arm gates, locks, types of windows, card readers, progressive collapse resistant construction can be also taken into consideration. This space must be located within a professional environment and must be with a pleasing business appearance, Class A or B space, located within a professional environment.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/71d9be54fd964877912b4f7129106aed/view)
 
Place of Performance
Address: Miami, FL 33177, USA
Zip Code: 33177
Country: USA
 
Record
SN06455399-F 20220909/220907230132 (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.