Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2016 FBO #5333
SOLICITATION NOTICE

X -- REQUEST FOR LEASE PROPOSALS: Retail Space, +/- 3800 sf, Kaneohe, Hawaii - Package #1

Notice Date
6/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
DACA84-5-16-0125
 
Archive Date
8/4/2016
 
Point of Contact
Sarah J. Watts, Phone: 8088354060
 
E-Mail Address
sarah.j.watts@usace.army.mil
(sarah.j.watts@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Enclosure 12, Seismic Offer Forms Enclosure 11, GSA Form 12000 for Pre-lease Fire Protection and Life Safety Evaluation for an Office Building Enclosure 10, Signature Authority Certificate Enclosure 9, Comparable Lease Worksheet Enclosure 8, Preliminary Assessment Screening (PAS) Enclosure 7, GSA Form 3518A Representations and Certifications (for Leases at or below the Simplified Lease Acquisition Threshold) Enclosure 6, Janitorial Specifications Enclosure 5, Construction Specifications Enclosure 4, Rental Proposal Worksheet Enclosure 3, Construction Bid Worksheet Enclosure 2b, General Clauses Enclosure 2a, Draft Lease No. DACA84-5-16-0125 Enclosure 1, Delineated Area Map Request for Lease Proposals This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Refer to the attached Request for Lease Proposals (RLP). SUMMARY: CITY, STATE KANEOHE, HAWAII DELINEATED AREA: Northern Limit: Lilipuna Rd/Haiku Rd (north of Windward Mall) Southern Limit: Luluku Rd/KOA Kahiko St (south of Windward City Shopping Ctr and Castle High School) Eastern Limit: 1 block east of Kamehameha Hwy (HI 830) Western Limit: Alaloa St/Apapane St/1 block west of Kamehameha Hwy MINIMUM SQ. FT. (ABOA): 3,800 MAXIMUM SQ. FT.: 5,000 SPACE TYPE(S): RETAIL PARKING SPACES (TOTAL): 10 (TEN) INITIAL FULL TERM: 5 YEARS TERMINATION RIGHTS: 30-DAY GOVERNMENT OPTION OPTION TERM: NONE The following documents are attached to and included as part of this RLP package: 1. Delineated Area Map 2a. Lease No. DACA84-5-16-0125 2b. General Clauses to Lease 3. Construction Bid Worksheet 4. Rental Proposal Worksheet 5. Construction Specifications 6. Janitorial Specifications 7. GSA Form 3518A Representations and Certifications (for Leases at or below the Simplified Lease Acquisition Threshold) 8. Preliminary Assessment Screening (PAS) 9. Comparable Lease Worksheet 10. Signature Authority Certificate 11. GSA Form 12000 for Pre-lease Fire Protection and Life Safety Evaluation for an Office Building (Part A or Part B) (See Section 3 for applicable requirements) 12. Seismic Offer Forms LEASE DESCRIPTION: Offerors shall examine the Lease form included in the RLP documents to understand the Government's and the Lessor's respective rights and responsibilities under the contemplated Lease. The Lease contemplated by this RLP includes: A. The term of the Lease, and renewal option, if any. B. Terms and Conditions of the Lease, including Definitions, Standards, and Formulas applicable to the Lease and this RLP. C. Building Shell standards and requirements. D. Construction Specifications describing the tenant improvements (TI) to be completed by the Lessor prior to occupancy. E. A description of all services to be provided by the Lessor. Should the Offeror be awarded the Lease, the terms of the Lease will be binding upon the Lessor without regard to any statements contained in this RLP. The Lease contemplated by this RLP is a fully serviced, turnkey Lease with a fixed rent that covers all Lessor costs, including all operating costs, taxes, utilities, services, and maintenance. Rent will be based upon a proposed rental rate per rentable square foot (RSF), limited by the offered rate and the maximum ABOA SF solicited under this RLP. The Tenant Improvements to be delivered by the Lessor will be based upon information provided with this RLP and Lease, including the Construction Specifications (ENCLOSURE 5). The Lessor will be required to design and build the TIs and will be compensated for the TI costs based upon turnkey pricing established under the Lease without further compensation other than the rent. Offerors are encouraged to consider the use of existing fit-out and other improvements to minimize waste. However, any existing improvements must be deemed equivalent to Lease requirements for new construction, and Offerors are cautioned to consider those requirements before assuming efficiencies in its TI costs resulting from use of existing improvements. Before award, the Lessor must prepare Design Intent Drawings (DIDs) for the leased space conforming to the Construction Specifications. The Government will have the opportunity to review the Lessor's DIDs to determine that the Lessor's design meets the requirements of the Lease. Only after Lease award, and the Government approves the DIDs, will the Lessor be released to proceed with build-out. The Lease also provides that the Government may modify the TI requirements, subject to the Lessor's right to receive compensation for such changes. Upon completion and acceptance of the leased Space, the Space will be measured for establishing the actual annual rent, and the lease term shall commence. The Government requests the Offeror/Lessor pay in full, or in part, as negotiated, the cost of the initial space alterations. If the Government pays part or all of the build-out, it shall be a one-time lump sum amount following completion of work and acceptance of the space. Offeror shall obtain a minimum of one bid (three are preferred) from qualified contractors and an itemized list of construction costs which shall be submitted on the Construction Bid Worksheet (ENCLOSURE 3) or on a similar computer generated facsimile of this format. The construction bid shall be subjected to an Independent Government Cost Estimate (IGCE) review and all bids shall be studied for accuracy and to ensure a determination of fair market value for the proposed construction services. Armed Forces Recruiting Facilities are to be located in defined geographical areas that contain businesses and other establishments that are of a compatible nature. Under no circumstances are these facilities to be located in areas where businesses of a sexual nature exist, because placement of the facility can hamper overall production of the office or cause concern for the safety of the personnel stationed there.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/DACA84-5-16-0125/listing.html)
 
Place of Performance
Address: Kaneohe, Hawaii, United States
 
Record
SN04163915-W 20160630/160628234223-9755d09c9aad3ea376874c1d072c87a1 (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.