Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
MODIFICATION

X -- U.S. Government Lease Space Requirement

Notice Date
5/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
DACA31-5-S-0001
 
Archive Date
6/9/2012
 
Point of Contact
Nina Albritton, Phone: 410-854-0744
 
E-Mail Address
nina.albritton@usace.army.mil
(nina.albritton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Government Lease for Real Property Approximately 110,000 to 160,000 SF - UFC ATFP Compliant Administrative Office Space Within 10 miles of Fort Meade, Maryland This proposed procurement is subject to the following restrictions: • · OMB approval of Prospectus •· · Lease must score as "Operating" in accordance with OMB Circular A-11 •· · Subject to the Availability of Funding for Lease Costs •· · Restricted to U.S. Companies •· · U.S. Army Corps of Engineers Lease Authority 10 USC 2661 •· · Offeror's acceptance and agreement to terms and conditions of USACE RSFO boilerplate lease •· · Government Convenience. This RFP may be withdrawn or cancelled at any time at the convenience of the Government In order for Administrative Office building space to qualify under this procurement the space offered must meet the following minimum requirements: · Approximately 110,000 - 160,000 SF of professional "Class A" office space comprised of a single building or two (2) buildings in a campus environment for the exclusive use of the U.S. Government's using agency. · Building(s) must be constructed and located so as to comply with the following: UFC ATFP requirements for "minimum stand- off distances," "medium blast protection," and progressive collapse." Submission of A&E certification verifying compliance with these standards will be required. If the building(s) currently do not meet the UFC ATFP standards, the Lessor must submit a plan and schedule with their proposal to complete modifications to the building(s) at its sole cost prior to 1 February 2013 for the Government's evaluation and approval. · Offered space must be within 10 miles of Fort Meade, Maryland · Space must be in a minimum of "shell condition" condition ready for "fit-up" no later than 01 August 2012 · Building(s) must be capable of meeting a minimum of Green Building Council/LEED certification This requirement is being advertised as a Solicitation for Offers (SFO). This SFO will require separate technical and cost proposals to be evaluated on a Lowest Cost, Technically Acceptable approach. Competitive qualifying proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Also included with the SFO will be the USACE RSFO boiler plate lease document. Issuance date of the SFO is on or about 25 May 2012. Receipt of proposals will be due on or about 18 June 2012. Qualified Offerors will be required to attend a pre-proposal conference at the RSFO (Real Property Services Field Office) to provide a capabilities and offered property design/specifications overview briefing. These briefings will be conducted with individual offerors on or about the 5 th and 6 th of June 2012. Interested Offerors who have a qualifying property for consideration and will agree to lease the proposed property in accordance with the terms and conditions of the boiler plate lease document should contact Scott Shipman @ 410-854-0760 Scott.a.Shipman@usace.army.mil, or Douglas Schuler @ 410-854-0755 Douglas.Schuler@usace.army.mil to schedule an appointment. You must be registered with the Central Contractor Registration Database (CCR) to be awarded a government contract. You may register with the CCR at http://www.ccr.gov/. The solicitation will be provided in an electronic format to all authenticated account holders of Federal Business Opportunities (FBO) System. Please note that all Corps of Engineers acquisitions require users to have a valid MPIN entered in the FBO system to access packages. The media through which the Government chooses to issue this solicitation will be the Internet. Further details will be provided in the solicitation. No phone or fax request for copy of solicitation will be accepted. Questions may be directed in writing to Scott Shipman or Douglas Schuler at the emails listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/DACA31-5-S-0001/listing.html)
 
Place of Performance
Address: Annapolis Junction, Maryland, 20701, United States
Zip Code: 20701
 
Record
SN02754651-W 20120524/120522235535-7a1fb9efb717f10500f9d79897d9d60c (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.