Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2004 FBO #0852
SOLICITATION NOTICE

R -- Warehouse Market Analysis

Notice Date
3/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
531390 — Other Activities Related to Real Estate
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
2004-R-044
 
Response Due
4/7/2004
 
Archive Date
4/8/2004
 
Point of Contact
Kathleen Haddow, Senior Procurement and Contracting Specialist, Phone _________, Fax 202-228-2051,
 
E-Mail Address
acquisitions@saa.senate.gov
 
Description
This is a Request for Quotation (RFQ) for commercial real estate services. Quotations are being requested and a written solicitation will not be issued. The Solicitation Number 2004-R-044 is issued as a RFQ. The United States Senate Office of the Sergeant at Arms (SAA) has identified a long-term requirement for approximately 80,000 to 100,000 square feet of warehouse space to accommodate multiple uses for Senate clients. These uses include, but are not limited to, the following: Open rack general storage; Secured rack storage; and Store rooms, some with museum quality environmental controls. To meet this need, the SAA wishes to consider an acquisition of an existing, modern warehouse building site within a 25-mile radius from the US Capitol, preferably in the District of Columbia or Prince Georges County. The SAA will consider meeting this need through one of the following transactions: Purchase of an existing warehouse or Lease of an existing warehouse with an option to buy. The United States Senate Office of the Sergeant at Arms (SAA) requires the services of a commercial real estate specialist to perform a market survey to identify warehouse opportunities in the geographic area defined by the SAA and prepare written market survey reports to be submitted to the SAA for review and approval. The Market Survey Report One shall include, but is not limited to, the following for each building currently available for sale or lease: Building address and owner; Building age; Amount of available space within the building expressed in both rentable and usable square footage; size of the property on which the warehouse is situated; description of the building characteristics; A statement indicating whether or not the building is in full compliance with the Americans with Disabilities Act and Uniform Federal Accessibility Standards; A statement identifying any potential fire and life safety problems; If for purchase, the current asking price; If for lease, the quoted rental rate per square foot; the method of measurement on which the quoted rental rate was based; The tenant work letter allowance/improvements included in the asking rental; The services (e.g., cleaning, maintenance, electric, security) included in the quoted rate; Amenities located in the building or in the immediate area (e.g., eating facilities, parking, proximity to public transportation, etc.) and; A color photograph of the property. Market Survey Report Two shall include information equivalent to that collected in Report One for actual warehouse sales from January 1, 2003 to the present. DELIVERABLES. 1) Draft Market Survey Reports One and Two will be completed and submitted within 20 business days of date of award; 2) The final reports will be completed and submitted within 30 business days of date of award of contract. The estimated cost for this effort is $20,000. Quotations are due to the POC no later than April 7, 2004 12:00 Noon EDT and shall be submitted electronically via e-mail to acquisitions@saa.senate.gov. The subject line of the email message should be Warehouse Market Analysis 2004-R-044. The Quotation must contain: 1) General Information about your firm * Company Name: * Address: * Point of Contact Telephone Number E-mail address * * DUNS Number * Tax ID Number; 2) Discussion of your firm?s experience and ability to provide the services, 3) Three past performance references demonstrating your firm?s experience providing the services. The past performance references must provide: a) Name of the Customer/Company; b) Name and phone number of the primary contact with Customer/Company. c) Brief description of the engagement; and d) Contract value (total). Access to information in any files attached to the response is the responsibility of the submitting party and; 4) A Fixed Price quote. The SAA is not responsible for any failure to access information. The Senate or the SAA will not be responsible for any costs for the preparation of responses to this announcement. All information is included in this announcement. Telephone or e-mail requests for additional information will not be honored. THIS NOTICE CONSTITUTES THE ENTIRE RFQ AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE.
 
Place of Performance
Address: Washington, DC
Zip Code: 20510
Country: USA
 
Record
SN00554466-W 20040327/040325212724 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.