Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2024 SAM #8220
SOURCES SOUGHT

X -- The Government is requesting sources to lease approximately 10,000RSF of existing office space in San Antonio, TX

Notice Date
5/28/2024 10:19:55 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
DACA63-5-24-0073
 
Response Due
6/27/2024 9:59:00 PM
 
Archive Date
07/12/2024
 
Point of Contact
Kaitlin Edwards, Phone: 8178861303, Desiree Aldrich, Phone: 8178861102
 
E-Mail Address
Kaitlin.R.Edwards@usace.army.mil, Desiree.Aldrich@usace.army.mil
(Kaitlin.R.Edwards@usace.army.mil, Desiree.Aldrich@usace.army.mil)
 
Description
The Government is requesting sources to lease approximately 10,000RSF within 25 miles north of JBSA-FSH Main Gate; location Northeast, Northcentral or Northwest San Antonio is preferred. 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. 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 10,000 net usable square feet of existing office space in the San Antonio, TX area.� A one-year firm term lease with four 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. 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 preferred; 9 overnight parking spots designated for GSA fleet vehicles and up to 56 onsite parking spots for employees. 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. E. The following are ideal buildout configurations. 12 x private offices (4 of the 9 offices executive for Commander, Command Sergeant Major, Executive Officer, and Brigade Deputy) + offices for staff principals S1, S2, S3, S4, and JROTC Chief, as well as our SARC, Victim Advocate, and Nurse Practitioner 3 x two-person offices (2 x Nurse Counselors; Asst.S1 / Personnel Chief; Asst. S4 / PBO) � these could also be individual offices if REQUIRED. 1 x four-person office with powered work bench and storage for our S6 IT section 32 x cubical spaces (ideally the grouping throughout the workspace would be as follows: 1 x Bde Admin (located near 4 x Command team offices) 5 x S1 6 x S2 (includes 2 contractors) 5 x S3 4 x S4 (includes 2 contractors) 11 x JROTC Small conference room capability for 8-10 people vicinity Command Team, or Commander office large enough to accommodate this capability. Large conference room for larger group meetings w/ VTC capability. Air-conditioned Telecommunications room to house computer server racks. Access to Male/Female Restrooms. Employee Break Room with TV, microwave, refrigerator, and sink. Minimum of 680 Sq/ft Storage to secure Office Supplies, IT equipment, Recruiting and Marketing items, and archived files (Can be 4 separate storage rooms or 2 large rooms). Parking (to include overnight) for 9 x GSA Fleet Vehicles (if required these fleet vehicles could remain on Fort Sam Houston although less convenient). Nice to Have: - Onsite parking for up to 54 employees (2 x dedicated spots for CDR/CSM) - Collaboration room with dry erase boards w/ table and chairs vicinity S3 section for planning - Reception area for guests waiting for Commander office calls - Access to showers and a fitness facility onsite or nearby - Site for Beaver Fit container for 2 x Army Combat Fitness Test sets (vicinity the building).� If unavailable, we would maintain the container on FSH) Build-up Requirement: Goal is to minimize a build-up using an existing floor plan with construction of cubical farm for staff sections. Cabling for access to Network established on 5th Floor with 5th MED Recruiting Battalion Prefer the entire element to occupy on a single floor together.� If required, we could position the 12-person JROTC section nearby (1 x office, 11 cubicals, and storage closet) � � 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://sam.gov/opp/87933e3373154ab48f8c70a5ec4cb74d/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN07078684-F 20240530/240529051427 (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.