Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
DOCUMENT

X -- SFO for Eugene, OR CBOC Parking Lot (VA260-12-R-0561) - Attachment

Notice Date
3/12/2012
 
Notice Type
Attachment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of Veterans Affairs;VA NW Health Network - VISN 20;5115 NE 82nd Ave, Suite 203;VANCOUVER WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26012R0561
 
Response Due
3/20/2012
 
Archive Date
3/28/2012
 
Point of Contact
VA Network Contracting Office (NCO) 20
 
E-Mail Address
Craig
 
Small Business Set-Aside
N/A
 
Description
March 31, 2017 April 30, 2012 GSA Form 3626 (Rev 5/2005) Continuation for block 7 and block 8: 7.AMOUNT OF ANNUAL RENT Base Term (Years 1-5): Option Years 6-10: 8.RATE PER MONTH Base Term (Years 1-5): Option Years 6-10: Table of Contents 1.0 SUMMARY OF REQUIREMENTS5 1.1 AMOUNT AND TYPE OF SPACE5 1.2 LEASE TERM (SEP 2000)5 1.3 OFFER DUE DATE (AUG 2008)5 1.4 ACCESS AND APPURTENANT AREAS (AUG 2008)5 1.5 LOCATION: CITY CENTER (AUG 2008) NOT USED5 1.6 NEGOTIATIONS (MAY 2005)5 1.7 QUALITY AND APPEARANCE OF BUILDING (AUG 2008) NOT USED6 1.8 BUILDING SHELL REQUIREMENTS (AUG 2008) NOT USED6 2.0 AWARD FACTORS AND EVALUATION6 2.1 OTHER AWARD FACTORS (AUG 2008)6 2.2 SEISMIC SAFETY (FEB 2007)7 2.3 PRICE EVALUATION (AUG 2008)7 2.4 AWARD (AUG 2008)7 3.0 HOW TO OFFER AND SUBMITTAL REQUIREMENTS8 3.1 OFFER PROCEDURES (AUG 2008)8 3.2 TENANT IMPROVEMENT RENTAL ADJUSTMENT (AUG 2008) NOT USED8 3.3 EVIDENCE OF CAPABILITY TO PERFORM (AUG 2008)8 4.0 UTILITIES, SERVICES, AND LEASE ADMINISTRATION9 4.1 MEASUREMENT OF SPACE (AUG 2008) NOT USED9 4.2 TAX ADJUSTMENT (AUG 2008) NOT USED9 4.3 OPERATING COSTS (AUG 2008) NOT USED9 4.4 OVERTIME USAGE (AUG 2008) NOT USED9 4.5 JANITORIAL SERVICES (AUG 2008) NOT USED9 4.6 LANDSCAPE MAINTENANCE (AUG 2008) NOT USED9 4.7 NOVATION AND CHANGE OF NAME (AUG 2008)9 5.0 DESIGN, CONSTRUCTION, AND OTHER POST AWARD ACTIVITIES NOT USED10 6.0 GENERAL ARCHITECTURE NOT USED10 7.0 ARCHITECTURAL FINISHES NOT USED10 8.0 MECHANICAL, ELECTRICAL, PLUMBING NOT USED11 9.0 FIRE PROTECTION, LIFE SAFETY, AND ENVIRONMENTAL ISSUES NOT USED11 10.0 LEASE SECURITY STANDARDS NOT USED11 11.0 SPECIAL REQUIREMENTS11 11.1 HOLDOVER BY LESSEE11 11.2 SPECIAL SPACE REQUIREMENT11 12.0 FORMS12-18 1.0 SUMMARY OF REQUIREMENTS 1.1 AMOUNT AND TYPE OF SPACE A. The Department of Veterans Affairs herein known as DVA or the Government, is interested in leasing approximately 7,440 rentable square feet of space. The rentable space shall yield a minimum of 7,440 square feet to a maximum of 8,000 square feet, available for use by tenant for parking of 20 Government and/or Private Owned Vehicles. B. The offer shall be in compliance with all of the Government's minimum requirements set forth herein. 1.2 LEASE TERM (SEP 2000) The lease term is for a (5) Five year base term, from April 1, 2012 - March 31, 2017, with Five (5) One (1) year options to renew. DVA may terminate this lease at any time after April 30, 2012 upon 60 days written notice to the Lessor. If the term and option years are taken this lease will expire March 31, 2022. All the terms and conditions contained herein shall prevail throughout the term of the lease. 1.3 OFFER DUE DATE (AUG 2008) Offers are due by 3-23-2012 no later than 3:30PM Mountain Daylight Time. 1.4 ACCESS AND APPURTENANT AREAS (AUG 2008) The right to use appurtenant areas and facilities is included. The Government reserves the right to post Government rules and regulations where the Government leases space. See Security Requirements for additional information. 1.5 AREA OF CONSIDERATION The area of consideration is the Eugene, OR area. The property shall be located within an area roughly square, described as follows: North Boundary - River Avenue Extended; West Boundary - River Road Extended; South Boundary - Corliss Lane Extended; & East Boundary - Apartment Complex Lane Extended. 1.5 LOCATION: CITY CENTER (AUG 2008) -NOT USED 1.6 NEGOTIATIONS (MAY 2005) A. Negotiations will be conducted on behalf of the Government by the Contracting Officer (or the Contracting Officer's designated representative). The Contracting Officer is named on the cover of this SLAP; DVA will negotiate the rental price for the initial term, any renewal periods, and any other aspect of the offer as deemed necessary. B. The Offeror shall not enter into negotiations concerning the space leased or to be leased with representatives of federal agencies other than the Contracting Officer or designee. C. The Contracting Officer or their designated representative will conduct oral or written negotiations with all Offerors that are within the competitive range. The competitive range will be established by the Contracting Officer on the basis of cost or price and other factors (if any) that are stated in this SLAP and will include all of the most highly rated proposals, unless the range is further reduced for purposes of efficiency. Offerors who are not included in the competitive range will be notified in writing. D. All Offerors will be provided a reasonable opportunity to submit any cost or price, technical, or other revisions to their offer that may result from the negotiations. Negotiations will be closed with submission of Final Proposal Revisions ("Best and Final" offers). 1.7 QUALITY AND APPEARANCE OF BUILDING (AUG 2008) -NOT USED 1.8 BUILDING SHELL REQUIREMENTS (AUG 2008) -NOT USED 2.0 AWARD FACTORS AND EVALUATION 2.1 OTHER AWARD FACTORS (AUG 2008) A. The lease will be awarded to the Offeror whose offer will be most advantageous to the Government. B. The combination of factors below are equal to price. 1. Location 2. Quality of Leased Space (Provide a 1-2 paragraph attachment to your lease package regarding how the space offered meets the Governments requirement as stated in the solicitation to include upgrades, year of construction, etcetera). C. The following award factor(s) will apply for evaluation purposes: 1. Price 2. Location 3. Quality of Leased Space (Provide a 1-2 paragraph attachment to your lease package regarding how the space offered meets the Governments requirement as stated in the solicitation to include upgrades, year of construction, etcetera). 2.2 SEISMIC SAFETY (FEB 2007) A. The Government intends to award a lease to an Offeror of a building that meets the Seismic Standards. If an offer is received which meets the Seismic Standards and the other requirements of this solicitation, then other offers which do not meet the Seismic Standards will not be considered. If none of the offers meet the Seismic Standards, the Contracting Officer will make the award to the Offeror whose building meets the other requirements of this solicitation and provides the best value to the Government, taking into account price, seismic safety and any other award factors specified in this solicitation. B. In order to meet the Seismic Standards, an offer must either include a Seismic Certificate establishing that the offered building complies with the Seismic Standards or include a commitment to renovate the building to comply with the Seismic Standards prior to delivery of the space. 2.3 PRICE EVALUATION (AUG 2008) A. If annual CPI adjustments in operating expenses are included, the Offeror shall be required to submit the offer with the total "gross" annual price per rentable square foot and a breakout of the "base" price per rentable square foot for services and utilities (operating expenses) to be provided by the Lessor. The "gross" price shall include the "base" price. The base price per square foot from which adjustments are made will be the base price for the term of the lease, including any option periods. B. -- NOT USED C. Evaluation of offered prices will be on the basis of the annual price per square foot, including any option periods. The Government will perform present value price evaluation by reducing the prices per square foot to a composite annual square foot price. 2.4 AWARD (AUG 2008) A. After conclusion of negotiations, the Contracting Officer will require the Offeror selected for award to execute the proposed lease prepared by the DVA which reflects the proposed agreement of the parties, B. The proposed lease shall consist of: 1. GSA Form 3626 U.S. Government Lease for Real Property, 2. Required clauses, GSA Form 3516 and 3517A 3. GSA Form 3518A, required certifications and representations, C. The acceptance of the offer and award of the lease by the Government occurs upon notification of unconditional acceptance of the offer or execution of the lease by the DVA Contracting Officer and mailing or otherwise furnishing written notification or the executed lease to the successful Offeror. 3.0 HOW TO OFFER AND SUBMITTAL REQUIREMENTS 3.1 OFFER PROCEDURES (AUG 2008) A. A copy of the offer, including all required documents, shall be simultaneously sent to the Contracting Officer named at the following address: Network Contracting Office (NCO) 20 Acquisition Division, Attn: Craig Wagstaff, 960 S. Broadway Avenue, Suite 460, Boise, ID 83706; email - craig.wagstaff@va.gov. B. The following documents, properly executed, shall be submitted no later than the close of business on the offer due date. 1. GSA Form 3626 U.S. Government Lease for Real Property, 2. Required clauses, GSA Form 3516 and 3517A 3. GSA Form 3518A, required certifications and representations, 3.2 TENANT IMPROVEMENT RENTAL ADJUSTMENT (AUG 2008) -NOT USED 3.3 EVIDENCE OF CAPABILITY TO PERFORM (AUG 2008) A. AT THE TIME OF SUBMISSION OF OFFERS, THE OFFEROR SHALL SUBMIT TO THE CONTRACTING OFFICER: 1. Satisfactory evidence of at least a conditional commitment of funds in an amount necessary to prepare the space. Such commitments shall be signed by an authorized bank officer, or other legally authorized financing official, and at a minimum shall state: amount of loan, term in years, annual percentage rate, and length of loan commitment. 2. Compliance with local zoning laws, including evidence of variances, if any, approved by the proper local authority. 3. Evidence of ownership or control of site. B. AFTER AWARD: Within 15 days after lease award, the Lessor shall provide to the Contracting Officer evidence of: 1. A firm commitment of funds in an amount sufficient to perform the work. 2. The name of three proposed construction contractors, as well as evidence of the contractors' experience, competency, and performance capabilities with construction similar in scope to that which is required herein. 3. The license or certification to practice in the state where the facility is located from the individual(s) and/or firm(s) providing architectural and engineering design services. C. AFTER ISSUANCE OF NOTICE TO PROCEED FOR TENANT IMPROVEMENTS: Within 10 days after the Contracting Officer issues the Notice to Proceed for Tenant Improvements, the Lessor shall provide to the Contracting Officer evidence of: 1. Award of a construction contract for Tenant Improvements with a firm completion date. This date must be in accord with the construction schedule for tenant improvements as described in the "Construction Schedule and Acceptance of Tenant Improvements" paragraph of this SLAP. 2. Issuance of a building permit covering construction of the improvements. 4.0 UTILITIES, SERVICES, AND LEASE ADMINISTRATION 4.1 MEASUREMENT OF SPACE (AUG 2008) -NOT USED 4.2 TAX ADJUSTMENT (AUG 2008) -NOT USED 4.3 OPERATING COSTS (AUG 2008) -NOT USED 4.4 OVERTIME USAGE (AUG 2008) -NOT USED 4.5 JANITORIAL SERVICES (AUG 2008) -NOT USED 4.6 LANDSCAPE MAINTENANCE (AUG 2008) -NOT USED 4.7 NOVATION AND CHANGE OF NAME (AUG 2008) A. In the event of a transfer of ownership of the lease premises, an assignment of lease or a change in the Lessor's legal name, the Lessor must comply with the requirements of Subpart 42.12 of the Federal Acquisition Regulations (FAR). B. The Government and the Lessor may execute a Change of Name Agreement where only a change of the Lessor's name is involved and the Government's and the Lessor's rights and obligations remain unaffected. A sample form is found at FAR 42.1205 C. The Government, the Lessor and the successor in interest may execute a Novation Agreement when the Lessor's rights or obligations under the lease are legally transferred. D. In addition to all documents required by Far 42.1204, the Contracting Officer may request additional information (i.e., copy of the deed, bill of sale, certificate of merger, contract, court decree, articles of incorporation, operation agreement, partnership certificate of good standing, etc.) from the transferor or transferee to validate the proposed changes. E. The transferee must submit a new GSA Form 3518, Representations and Certifications. F. Any separate agreement between the transferor and transferee regarding the assumption of liabilities shall be referenced specifically in the Novation Agreement. G. When it is in the best interest of the Government not to concur in the transfer of a contract from one entity to another, the original contractor remains under contractual obligation to the Government. The applicability of novation agreements is detailed at FAR 42.1204. H. When executed on behalf of the Government, a Novation Agreement will be made part of the lease. I. In the event of a change in ownership, rent will continue to be paid to the prior Lessor until the Supplemental Lease Agreement is executed by the Government. New Lessors must comply with all provisions of this Lease, including but not limited to, Central Contractor Registration and the provision of all information required by the Contracting Officer. J. Notwithstanding anything to the contrary in this Lease, the Government has no obligation to recognize a change of ownership or interest until (1) the payment of rent has commenced; and (2) any amounts due and owing to the Government hereunder have been paid in full or completely set off against this Lease. 5.0 DESIGN, CONSTRUCTION, AND OTHER POST AWARD ACTIVITIES -NOT USED -NOT USED 6.0 GENERAL ARCHITECTURE -NOT USED 7.0 ARCHITECTURAL FINISHES -NOT USED 8.0 MECHANICAL, ELECTRICAL, PLUMBING -NOT USED 9.0 FIRE PROTECTION, LIFE SAFETY, AND ENVIRONMENTAL ISSUES -NOT USED 10.0 LEASE SECURITY STANDARDS 10.1 GENERAL REQUIREMENTS (NOV 2005) -NOT USED 11.0 SPECIAL REQUIREMENTS 11.1 Holdover By Lessee A. If lessee shall hold over after expiration of the term hereof, or any extensions such tenancy shall be from month to month only and upon all terms, covenants and conditions hereof, but nothing herein contained shall be deemed to be a waiver of any rights of the lessor to take such action in law or equity as Lessor may have under provisions of this lease or otherwise. 11.2 Special Space Requirements A.VA secures exclusive use of this area, 24 hours a day, 7 days a week. B.VA usage will be for parking requirements and/or placement of temporary structures, such as small outbuildings. 12.0 FORMS:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26012R0561/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-12-R-0561 VA260-12-R-0561_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306627&FileName=VA260-12-R-0561-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306627&FileName=VA260-12-R-0561-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02694146-W 20120314/120312234420-9ef6006d0af5d7b07f2580048f6225d4 (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 |
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.