Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOLICITATION NOTICE

X -- Seattle FAMS Lease

Notice Date
1/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
70T017-18-R-REWAF009
 
Archive Date
3/13/2018
 
Point of Contact
Edward Boyle, Phone: 609-813-3319, Kelly L Hutchins, Phone: 6098133345
 
E-Mail Address
edward.j.boyle@tsa.dhs.gov, kelly.hutchins1@tsa.dhs.gov
(edward.j.boyle@tsa.dhs.gov, kelly.hutchins1@tsa.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Transportation Security Administration is seeking sources capable of providing above grade Class A or Class B leased office space of approximately 16,500 rentable square feet with a minimum of 64 parking spaces which include 16 reserved parking spaces, within the defined delineated area of 7 miles from the Seattle-Tacoma International Airport. Two buildings can be considered one building if they are physically connected and employees are not required to exit secure space or enter public space in order to move from one building to the other. The rentable space shall yield a minimum of 16,500 ANSI/BOMA Office Area (ABOA) square feet, available for use by the tenant for personnel, furnishings, training and equipment. This is a re-compete of an existing TSA leased location that is set to expire. The Government's current lease is expiring 09/30/2019 and is interested in competing a new 10-year fully serviced lease acquisition with full termination rights after the fifth year, under a full and open solicitation. Class A and B space is a classification used to describe buildings that generally qualify as extremely desirable investment- grade properties. Such buildings are well located and provide efficient tenant layouts as well as high quality. These buildings contain modern mechanical systems, and have above¬ average maintenance and management as well as the best quality materials and workmanship in their trim and interior fittings. Offered space must meet Government requirements for fire safety, seismic and sustainability standards per the terms of the Lease. A fully service lease is required including all preventative maintenance services, supplies, and utilities. Offered space shall not be in the 100 year flood plain. Offered space shall be a "full-service" lease, which includes all services, supplies, and utilities and the building. SAM Requirement - Lessor/company must be registered in System for Acquisition Management (SAM) before an award can be made. If the lessor/company is not currently registered in SAM, they may do so by going to the SAM web site at http://sam.gov Tenant Improvements are to be expected, and amortized over the firm term of 5 years. All Tenant Improvements required by the Government shall be performed by the Offeror (or their designate). Tenant Improvements will include but not limited to furnishing, building, and installation of a mock-up Aircraft Simulator. WRITTEN EXPRESSIONS OF INTEREST AND REQUEST FOR FULL SOLICITATION PACKAGE MUST BE SENT TO BOTH THE REALTY SPECIALIST (kelly.hutchins1@tsa.dhs.gov) AND CONTRACTING OFFICER (Edward.J.Boyle@tsa.dhs.gov), VIA EMAL, NO LATER THAN February 26th, 2018 BY 4:00PM EST AND SHALL INCLUDE THE FOLLOWING: 1- Building/Site Name and Address 2- Rentable and Usable Square Footage available to be offered 3- Date of space availability 4- Fully Serviced Rental Rate and Common Area Factor 5- Building Floor Plans and Site Plan Showing Parking Area 6- Building ownership information 7- Name, address, telephone number, and email address of authorized contact An onsite market survey will be held on a date to be disclosed at a later time, with all parties interested in providing a quote for this Solicitation. Interested partied shall send expressions of interest to Kelly.Hutchins1@tsa.dhs.gov & Edward.J.Boyle@tsa.dhs.gov Solicitation packages will be emailed only to interested parties in response to this notice. All Questions are to be summited no later than February 16th, 2018 At 4:00PM EST. The Government is not responsible for any costs incurred, to include proposal or mailing costs, by interested parties in response to this advertisement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/70T017-18-R-REWAF009 /listing.html)
 
Place of Performance
Address: Seattle, Washington, United States
 
Record
SN04799415-W 20180127/180125231057-15fee20e9416631b0e710f19aa79ed67 (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.