United States - DACW675240024000-USACE seeks to lease United States Army Corps of Engineers (USACE) seeks to lease approximately 9,000 gross square feet of office and warehouse space space in Aberdeen, WA for USACE Navigation
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 15 July 2024
- Opportunity publication date
- 27 June 2024
- Value of contract
- to be confirmed
- Your guide to exporting
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: Aberdeen
Delineated Area:
North: U.S. Highway 101
South: Port Industrial Road
East: North Broadway Street
West: 23rd Street
Gross Square Feet: 9,000
Space Type: Office.and warehouse
GOV Parking Spaces (Total): Seven
Initial Term: 1 year
Option Terms: 19 options to renew Lease annually
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
Electronic Offer Submission:
Offers must be submitted electronically via email listed above. Offers are due on or before: 7/15/24 at 11:59 pm PDT
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 an office and warehouse space 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 full-service lease to include base rent, CAM, utilities, and janitorial services for a office and warehouse space for a term of up to twenty (20) years with Government termination rights and location within the delineated area specified above. Non-exclusive parking for government vehicles must be provided 24 hours 7 days a week. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent buildings owners. Representatives of building 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;
24-hour lighted parking for seven (7) Government vehicles and adequate parking for privately owned vehicles onsite;
Availability of all communications infrastructure to include DSL, T1, or satellite dish;
All utilities, including, but not limited to, electricity, gas (if applicable, water, sewer, and trash collection;
Bi-weekly janitorial services; and
Separate mailbox.
Additionally, offerors must review the attached documents which contain other Government leasing requirements:
Request for Lease Proposals
Exhibit A – Rental Proposal Worksheet, USACE Form 1364
Exhibit B – U. S. Government Lease for Real Property
Exhibit C – General Clauses, GSA Template 3517B
Exhibit D – Representations and Certifications
Exhibit E – Certificate of Authorization
Exhibit F – Agency Agreement-Authorization for Property Manager
Exhibit G – Lesssors Ammual Cost Statement
Exhibit H – Janitorial Specifications
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 F - Agency Agreement - Authorization for Property Manager (if applicable)
Exhibit G – Lessor’s Annual Cost Statement, GSA Form 1217
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
Exhibit C – General Clauses, GSA Template 3517B
Exhibit E – Certificate of Authorization
Exhibit H – Janitorial Specifications
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 Form 3517B, 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 lowest overall cost and technical requirements 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.
- Opportunity closing date
- 15 July 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- W071 ENDIST SEATTLE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.