SOLICITATION NOTICE
X -- 4,500 USF to 5,700 USF of Technical and Office Space in Stockton, CA / Delineated Area - Within 10 Mile Radius of Stockton Airport
- Notice Date
- 6/3/2024 2:04:32 PM
- Notice Type
- Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- 690EG4 WSA REAL ESTATE, AAQ-930 Des Moines WA 98198 USA
- ZIP Code
- 98198
- Solicitation Number
- 690EG4-24-L-00053
- Response Due
- 6/10/2024 11:59:00 PM
- Archive Date
- 06/25/2024
- Point of Contact
- Joseph Kim, Phone: 2062313406, Hilda Gonzalez, Phone: 2062313065
- E-Mail Address
-
Joseph.B.Kim@faa.gov, Hilda.Gonzalez@faa.gov
(Joseph.B.Kim@faa.gov, Hilda.Gonzalez@faa.gov)
- Description
- OFFEROR MUST REVIEW THE COMPLETE SOLICATION FOR OFFER and REQUIRED ATTACHMENTS BEFORE SUBMITTING OFFERS -------------------------------------------------------------------------------------------------- SECTION 1a. GENERAL REQUIREMENTS Amount and Type of Space (07/2022) 6.1.4-1 The Government is seeking a minimum of 4,500 to a maximum of 5,700 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Office Area (ABOA) square feet (SF) of contiguous space within a building as described below: Office Space - Approximately 1,000 ABOA SF Warehouse/Storage Space - Approximately 4,500 ABOA SF A grade level door or loading dock of sufficient size and height for vehicles and large equipment Space Type: Warehouse / Industrial The Space must be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the Real Estate Contracting Officer (RECO). If not a new Building, the Space offered must be in a Building that has undergone, or will be completed by occupancy, modernization or adaptive reuse for the Space with modern conveniences. The offeror must submit the architectural plans for modernization as part of the offer.. Area of Consideration (07/2022) 6.1.4-2 . The Government requests Space in an area bounded as follows: The delineated area for this acquisition is within a 10 mile radius of the Stockton Metropolitan Airport in Stockton, CA. Boundaries: North: Hammer Lane East: County Highway J5 (Jack Tone Rd) South: Intrastate CA - 120 West: South Holt Road Buildings that have frontage on the boundary streets are deemed to be within the delineated Area of Consideration. Parking Requirements (07/2022) 6.1.4-5 The Government requires 4 structured/inside parking spaces or 4 surface/outside parking spaces, reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Facility Security and Lighting clauses set forth in the Lease. The spaces must also be compliant with the Accessibility clause in the Lease. The cost of parking must be included as part of the rental consideration. The offeror must describe the parking offered within the Proposal to Lease space and may attach a plan and/or short narrative as necessary to explain how the offeror will meet the parking requirements. Lease Term (09/2021) 6.2.3-5��The Lease term must be 20 Years, with Government termination rights, in whole or in part, by providing not less than 30 days� prior written notice. The Firm Term of the lease in which the FAA cannot terminate or cancel the lease contract must not exceed 365 days (1 year). Occupancy Date (07/2022) 6.2.3-6� Occupancy is required within 180 calendar days after the RECO issues the Notice to Proceed for Tenant Improvements. Description of Lease (07/2022) 6.1.6 Offeror must review the Lease form included in the SFO documents to understand the Government's and the Lessor's respective rights and responsibilities under the Lease. Should the Offeror be awarded the Lease, the terms of the Lease will be binding upon the Lessor without regard to any statements contained in this SFO. The Tenant Improvements (TI) to be delivered by the Lessor must be based upon information provided with this SFO. The Lessor must design and build the TIs and will be compensated for the TI costs based upon pricing established within 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), as described in the Lease 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. Budget Scorekeeping: Operating Lease Treatment (07/2022) 6.4.3 �The Government will award a Lease pursuant to this SFO only if the Lease will score as an operating Lease under Office of Management and Budget Circular A-11, Appendix A. Only offers that are compliant with operating Lease criteria will be eligible for award. Offerors are required to provide supporting documentation at the request of the RECO to facilitate the Government�s determination.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/99f52725491f44989708c8349a71f61e/view)
- Place of Performance
- Address: Stockton, CA, USA
- Country: USA
- Country: USA
- Record
- SN07083836-F 20240605/240603230039 (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 |