SOLICITATION NOTICE
X -- TEMPORARY OFFICE SPACE_SILVER SPRING VET CENTER
- Notice Date
- 5/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
- ZIP Code
- 20422
- Solicitation Number
- VA24510RQ0126
- Response Due
- 10/27/2010
- Archive Date
- 11/26/2010
- Point of Contact
- DENISE Q. WILLIAMS
- E-Mail Address
-
Contracting Specialist
(denise.williams@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 531390. A.REQUIRMENTS: The Department of Veterans Affairs (VA) is interested in leasing temporary office space for the Silver Spring Vet Center. The rentable space shall yield a minimum of 800 ANSI/BOMA Office Area (ABOA) square feet to a maximum of 1,100 ANSI/BOMA Office Area square feet, available for use by tenant for personnel and veteran counseling services. The office space shall consist of 4-6 offices (approximately 120 sq ft ea.) and a large office (approximately 300 sq ft). Each office shall be fully furnished to include desk and chair, established phone, IT bandwidth, and general office equipment available for use (i.e. copiers, fax). All offices shall be located in a centralized location and must occupy contiguous space. Unless otherwise noted, all references in this SFO to square feet shall mean ANSI/BOMA Office Area square feet (ABOA). The terms ANSI/BOMA Office Area (ABOA) and usable square feet (USF) are used interchangeably throughout this SFO and its attachments. B.STANDARD CONDITIONS AND REQUIREMENTS: The following standard conditions and requirements shall apply to any premises offered for lease to the UNITED STATES OF AMERICA (hereinafter called the GOVERNMENT): Space offered must be in a quality building of sound and substantial construction, either a new, modern building or one that has undergone restoration or rehabilitation for the intended use. The Lessor shall provide a valid Certificate of Occupancy for the intended use of the Government and shall meet, maintain, and operate the building in conformance with all applicable current (as of the date of this solicitation) codes and ordinances. Offered space shall meet or be upgraded to meet the applicable egress requirements in National Fire Protection Association (NFPA) 101, Life Safety Code or an alternative approach or method for achieving a level of safety deemed equivalent and acceptable by the Government. Offered space located below-grade, including parking garage areas, and all areas referred to as "hazardous areas" (defined in NFPA 101) within the entire building (including non-Government areas), shall be protected by an automatic sprinkler system or an equivalent level of safety. Additional automatic fire sprinkler requirements will apply when offered space is located on or above the 6th floor. Unrestricted access to a minimum of two remote exits shall be provided on each floor of Government occupancy. Scissor stairs shall be counted as only one approved exit. Open-air exterior fire escapes will not be counted as an approved exit. Additional fire alarm system requirements will apply when offered space is located 2 or more stories in height above the lowest level of exit discharge. The Building and the leased space shall be accessible to workers with disabilities in accordance with the Americans with Disabilities Act Accessibility Guidelines (36 CFR Part 1191, App. A) and the Uniform Federal Accessibility Standards (Federal Register vol. 49, No. 153, August 7, 1984, reissued as FED. STD. 795, dated April 1, 1988, and amended by Federal Property Management Regulations CFR 41, Subpart 101-19.6, Appendix A, 54 FR 12628, March 28, 1989). Where standards conflict, the more stringent shall apply. The leased space shall be free of all asbestos containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pipe insulation outside the space, in which case an asbestos management program conforming to Environmental Protection Agency guidance shall be implemented. The space shall be free of other hazardous materials according to applicable Federal, State, and local environmental regulations. Services, utilities, and maintenance shall be provided daily, extending from 7:00 a.m. to 5:00 p.m. except Saturday, Sunday, and Federal holidays. The Government shall have access to the leased space at all times, including the use of electrical services, toilets, lights, elevators, and Government office machines without additional payment. C.SERVICES AND UTILITIES (To be provided by Lessor as part of rent): 5 parking spaces to include 2 handicapped spaces; Utilities, Janitorial and Maintenance services included; Central heating and air conditioning; Restroom facilities; Reception area D.UNIQUE REQUIREMENTS: The offered building and/or location must have the following features: Flexible short term occupancy options with immediate availability, no later than 6/7/2009; Location shall be within the following boundaries of Montgomery County: West:Seven Locks Rd East:Hwy 29 North:Montrose Rd & Randolph Rd South:I-495; Conference room access to accommodate up to 25 people; Copier, fax, and scanning services available; Kitchen/Break Room access; Public transportation accessible E.LEASE TERM: The lease term shall be 6 months with an option to renew for 6 consecutive months. VA may terminate this lease in whole or in part with no penalty by giving at least 30 days notice in writing to the. No rental shall accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. All the terms and conditions contained herein shall prevail throughout the term of the lease. F.RENTAL: Rent shall be payable monthly in arrears and will be due on the first workday of each month. When the date for commencement of the lease falls after the 15th day of the month, the initial rental payment shall be due on the first workday of the second month following the commencement date. Rent for a period of less than a month shall be prorated. Offeror shall provide a monthly pricing in proposal. G.BASIS OF AWARD: Offer most advantageous to the Government, with the following evaluation factors being approximately equal to price. The Government reserves the right to award without discussions. NOTE: All offers are subject to the terms and conditions outlined above, and elsewhere in this solicitation, including the Government ™s General Clauses and Representations and Certifications. All offerors shall be registered in CCR (Central Contractor Registration “ www.ccr.gov) to be considered. Duns #_________________ Tax ID# ________________ OFFER DUE DATE: Offers must be received no later than May 27, 2010 @ 2:00pm EST. No telephone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24510RQ0126/listing.html)
- Record
- SN02152210-W 20100520/100518234545-50e01e34fe03e117c04a43b2684f7cf6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |