Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2025 SAM #8458
SOLICITATION NOTICE

X -- DACA675250016500 - United States Army Corps of Engineers (USACE) seeks to lease approximately 26 gross square feet of communication tower space on Crawford Mountain, WA for operation and maintenance of communication equipment

Notice Date
1/21/2025 5:41:01 AM
 
Notice Type
Solicitation
 
NAICS
53119 —
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
DACA675250016500
 
Response Due
2/28/2025 11:59:00 PM
 
Archive Date
03/15/2025
 
Point of Contact
Rora Oh, Phone: 2065849635, Ryan Maas, Phone: 2063055671
 
E-Mail Address
Rora.Oh@usace.army.mil, Ryan.j.maas@usace.army.mil
(Rora.Oh@usace.army.mil, Ryan.j.maas@usace.army.mil)
 
Description
RLP PROCUREMENT SUMMARY/SOLICITATION � UNITED STATES ARMY CORPS OF ENGINEERS The U.S. Government, by and through United States Army Corps of Engineers (USACE), seeks to lease the following space: State: Washington City: Crawford Mountain, near the city of Tenino Delineated Area: North: Crawford Mountain South: Crawford Mountain East: Crawford Mountain West: Crawford Mountain Gross Square Feet: 26 Space Type: Communication Site Initial Term: 12 months Option Term: Four annual 12-month options to renew Full Term: 60 months (including the Initial Term and Option Terms) Address: U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 Email Address: cenwsre-rfp@usace.army.mil Real Estate Contracting Officer Thomas J. Seymour will be signing the lease for the Government. Electronic Offer Submission: Offers must be submitted electronically via email listed above. Offers are due on or before: February 28, 2025. Any questions regarding this solicitation may be directed to Primary or Secondary Points of Contact listed in the �Contact Information� section of this notice. The U.S. Government, by and through USACE, currently occupies a communication tower space and related space in a building under a lease in the city and state specified above, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government�s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease termination. The Government�s desire is for a lease to include base rent, CAM, and electricity for a communication tower space for an initial lease term of one (1) year with four (4) annual renewal rights, for a total term of five (5) years, and termination rights for the Government and location within the delineated area specified above. Non-exclusive parking for government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include property owners and representatives with the exclusive right to represent property owners. Representatives of property owners must include the exclusivity granting the exclusive right to represent the building owner with their response to this advertisement. Additional Requirements: 24-hour unrestricted access to Leased space. The communication tower site should have a secure building where communication equipment may be stored, operated, and maintained. Rights to use an access road to access the Leased space. Electricity must be provided. Space should not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative. Space should not located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, marijuana dispensaries, or where there are tenants or invitees related to drug treatment or detention facilities. Subleases are not acceptable. Space configuration shall be conducive to an efficient layout. Considerations for an efficient layout include, but are not limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depts, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves, or offsets that will result in an inefficient use of space. The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. If space offered is above ground level, there must be elevator access. The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 0800 to 1700 (excluding weekends and Federal holidays). Additionally, offerors must review the attached documents which contain other Government leasing requirements: Request for Lease Proposals Exhibit A � Rental Proposal Worksheet, USACE Form 2020 Exhibit B � U. S. Government Lease for Real Property, USACE Form 2030 Exhibit C � General Clauses, USACE Form 2040 (GSA Template 3517) Exhibit D � SAM Representations and Certifications, USACE Form 2050 Exhibit E � Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner, USACE Form 2070 (where applicable) To be responsive, your offer should be based on all the terms, conditions, and responsibilities expressed throughout the RLP and Lease and be submitted electronically. Please review the RLP and all attachments carefully paying particular attention to the solicitation requirements. The following forms must be completed, initialed, and/or signed and returned electronically with your initial offer. (Note: There may be other required forms. Refer to the enclosed RLP for details.) Exhibit A � Rental Proposal Worksheet, USACE Form 1364 Exhibit D � SAM Representations and Certifications, GSA Form 3518 (if offeror is not registered in SAM at the time of the offer submission) Exhibit E � Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner, USACE Form 2070 (where applicable) Evidence of ownership (warranty deed) or control of building or site. Please note that you are not required to initial and return the following documents at this time: Request for Lease Proposal (RLP) Exhibit B � U. S. Government Lease for Real Property, USACE Form 2030 Exhibit C � General Clauses, USACE Form 2040 (GSA Template 3517) Please review all the attached documents thoroughly to obtain a complete understanding of the Government�s requirements. One item of note in the General Clauses, GSA Template 3517, is the requirement to register in the System for Award Management (SAM) at www.SAM.gov (General Clause 17, CFR 52.204-7). This registration is mandatory for any entity wishing to do business with the Government and must be completed at the time of lease award. Entities not currently registered in SAM are advised to start the registration process as soon as possible. After receipt of all proposals, conclusions of any discussions, and receipt of best and final offers, the Government will select a location based on the best value specified in the enclosed RLP. Past performance, if applicable, will also be taken into consideration. The selection is expected to occur approximately thirty (30) days following the initial proposal response date stated above. A Government market survey, appraisal, or value estimate will be conducted to determine fair market rental value. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as �100-year� floodplain). Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. Funds may or may not be presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse offeror(s) for any cost.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69088890bc56471ab06a9057991a7b7c/view)
 
Place of Performance
Address: Tenino, WA, USA
Country: USA
 
Record
SN07318115-F 20250123/250121230103 (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.