SOLICITATION NOTICE
X -- SOLICITATION FOR OFFER-FAA SEEKS TO LEASE APPROX 8620 USABLE SQUARE FEET OF OFFICE SPACE IN LINCOLN, NE
- Notice Date
- 10/5/2022 7:49:59 AM
- Notice Type
- Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- FAA WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 697DCM-22-L-00055
- Response Due
- 10/17/2022 3:00:00 PM
- Archive Date
- 11/01/2022
- Point of Contact
- Donna Martinez
- E-Mail Address
-
donna.e.martinez@faa.gov
(donna.e.martinez@faa.gov)
- Description
- BACKGROUND: The Government is currently leasing 8621 sq. feet of office space in Lincoln, NE.� The lease expired September 30, 2020.� The Government has a continuing need for space and seeks to lease 8621 sq. feet of office space and 4 off-street parking spaces.� The Government will use this Solicitation for Offers (SFO) to determine the best interest of the Government, and whether to stay in the current space or move to another taking into account Offerors� rent concessions or other incentives to offset relocation costs. LOCATION: Within a 10-mile radius of Lincoln International Airport.(see attached map for reference). LEASE TERM: Up to 20 years with a maximum firm term of a 1 year. The Government may terminate the lease in whole or in part at any time with a written notice to the Lessor. KEY LEASE REQUIREMENTS: Lease contract will be the Government�s Standard Space Lease which will include and incorporate the appropriate Security and Environmental Safety Requirements.� The Lease is subject to further negotiation after receipt of offers; thus, it is not necessary to execute the Lease in response to this SFO� (Attachment A) Rental rate must be fully serviced, including all maintenance, utilities and janitorial service(s) Offerors must comply with all lease requirements at the time of award, including, but not limited to: Water quality in compliance with AMS Clause 6.8.9 Radon air levels in compliance with AMS Clause 6.8.11 A current asbestos survey (AMS Clause 6.8.12) Telecommunications systems in compliance with the John S. McCain National Defense Authorization Act (AMS Clause 6.9.5) Available in full text at https://fast.faa.gov/RPF_Real_Property_Clauses.cfm OFFERS MUST INCLUDE: Cover Letter stating that no exceptions are taken to the Government�s requirements, or, in the alternative, the letter must provide a detailed list of all exceptions taken Proof of ownership or control of the property and evidence of signature authority of the party(ies) who will sign any lease documents Proposal to Lease Space � (Attachment B) Rental Proposal Worksheet � (Attachment C) Space Safety Environmental Checklist � (Attachment D) Certification of Architectural Barriers Act Accessibility Standards (ABAAS) Compliance � (Attachment E) Written Acknowledgement of any Amendment to this SFO Scaled plan drawing of existing space offered showing windows, doors, partitions, plumbing and North arrow in digitized format AWARD: Award will be made to the responsive and responsible Offeror, who is found to be the lowest priced, technically acceptable. The Contracting Officer will evaluate all offers for responsiveness and responsibility. Then, the Government will enter into negotiations with the responsible, responsive Offeror whose offer is the apparent lowest offer in terms of cost, including rental rate and costs of relocation, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.� The Government also reserves the right to (i) reject any and all offers, (ii) waive any requirement, and (iii) accept minor irregularities and discrepancies if doing so is determined to be in the best interest of the FAA. Upon successful negotiation of the attached Lease, the Government may enter into contract with the Lessor.� If negotiations fail, the Government reserves the right to enter into negotiations with the Offeror determined to have the next lowest offer in terms of price.� Once the Government has entered into a contract with a Lessor, unsuccessful Offerors will be notified in writing.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d24f1e58c4494db5a17f235098c093ee/view)
- Place of Performance
- Address: Lincoln, NE 68524, USA
- Zip Code: 68524
- Country: USA
- Zip Code: 68524
- Record
- SN06487201-F 20221007/221005230111 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |