Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2018 FBO #5906
SOLICITATION NOTICE

X -- Office Space/call center - eMSM, Oahu, Hawaii - Package #1

Notice Date
1/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#561110 — Office Administrative Services
 
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
DACA84-9-18-0055
 
Point of Contact
Dana Klein, Phone: 8088354411, Mike Sakai, Phone: 808-835-4052
 
E-Mail Address
dana.r.klein@usace.army.mil, michael.y.sakai@usace.army.mil
(dana.r.klein@usace.army.mil, michael.y.sakai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Cable Plant Infrastructure Installation Guidelines Project Infrastructure Design Guidelines EFT Form Comparable Lease Rental Worksheet Example of Janitorial Services Example of Detailed Bid Sheet Interior & Exterior Maintenance Minimum Requirements Rent Proposal Worksheet GSA General Clauses Sample Lease The United States Government is requesting an offer to lease a minimum 3900 square foot net usable contiguous square feet (gross square feet to include any common area factor) for a period of one (1) year, with nine (9) 1-year options to renew, except that the lease shall be subject to the availability of appropriations. The Hawaii enhanced Multi-Service department, Regional Health Command-Pacific is looking for commercial lease space for a Central Referral Management facility to accommodate a centralized staff of 30-32 personnel. To be located in the southwest part of Oahu from KO 'Olina to Honolulu as far north as Mililani that contain businesses and other establishments that are of a compatible nature and must meet the Antiterrorism and Force Protection Standards for Buildings and General Services Administration (GSA) General Clauses. GENERAL REQUIREMENTS: A. The offer to lease should include the following: 1. Square footage: approximately 3900 minimum. 2. Number of personnel: 30-32 3. Number of rooms: 3 private offices, Server room, and open area to support approximately 25 cubicles. 4. 30 Parking Spaces 5. Special consideration: Break room, bathrooms, conference room 6. Itemized rental proposal worksheet (Enclosure 3). 7. Statement indicating whether or not the property is in a 100-year flood plain. 8. All sites must be able to meet the requirements set out in the Unified Facilities Criteria (UFC) 4-010-01, DoD Minimum Antiterrorism Standards for Buildings, dated 12 February 2012 with Change 1, Army Regulation AR 190-51: Security of Unclassified Army Property (Sensitive and Nonsensitive) dated 30 Sep 1993 and Unified Facilities Criteria (UFC) Administration Facilities 4-610-01, dated 6 May 2008, Change2, 21 May 2014 http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc/ufc-4-610-01 9. Statement as to whether escalation is requested for increases in utility, tax, and insurance, provided such services are furnished as part of the rental consideration (reference the sample lease). 10. If the offer includes a lump sum Government contribution to the finish-out of the space, the Offeror should provide a minimum of three bids to have the work performed. 11. An estimate of the number of calendar days to complete the finish-out of the space after award of the lease. 12. A copy of the legal description of the property. 13. Proof of Ownership. B. The offer must be inclusive of the following: 1. Minimum Requirement of Solicitation 2. Interior and exterior maintenance, including HVAC maintenance. 3. Tenant improvements in accordance with the Bid Sheet and the Building Specifications for offices. There will be additional specifications to be provided prior to the time of the contractual bidding process beginning. 4. All real estate taxes and insurance premiums with respect to the leased premises. 5. Common area maintenance. 6. Water, sewer and trash removal services. 7. Electrical service. 8. Natural gas service (if applicable). 9. Janitorial services. 10. Comparable Lease Rental. 11. Mandatory Electronic Funds Transfer. C. The Government requests the Lessor pay in full, or in part, the cost of improvements, alterations, or other finish-out. The Government will pay any remaining balance as a one-time, lump sum figure following completion of work and acceptance of the space. If the offer does include a one-time lump sum contribution from the Government, offerors should obtain bids from at least three qualified contractors and an itemized listing of finish-out charges must be submitted. Corps of Engineers appraisers will review the bids. D. Offeror is requested to waive restoration upon lease termination of tenant improvements installed under the terms of the lease. E. Offeror shall state the number of days after award required to complete the finish-out of the space. F. Offer must be signed by the same individual who is authorized to sign the lease. Specific Requirements: The project shall include the components, systems, and associated products as outlined in: A. The Voice/Data Infrastructure Design Guidelines - 2016. B. Performance Work Statement (PWS) Cable Plant Infrastructure Installation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/DACA84-9-18-0055/listing.html)
 
Place of Performance
Address: Department of the Army USACE, Real Estate Branch, BLDG 230, Room 318, Fort Shafter, Hawaii, 96858-5440, United States
Zip Code: 96858-5440
 
Record
SN04795589-W 20180124/180122230644-ca8c6705d4bbcaf32a88745742fbac8f (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.