Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2025 SAM #8686
SOLICITATION NOTICE

X -- Eagle River, AK Storage Unit

Notice Date
9/5/2025 11:29:09 AM
 
Notice Type
Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
DACA855260000200
 
Response Due
12/6/2025 12:59:00 AM
 
Archive Date
12/05/2025
 
Point of Contact
Amy DelaCruz, Phone: 9077532859
 
E-Mail Address
Amy.n.Delacruz@usace.army.mil
(Amy.n.Delacruz@usace.army.mil)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
The Government currently occupies storage space under a lease that will be expiring and will consider alternative space if economically advantageous. The Government is seeking storage space consisting of approximately 200 Gross Square feet of space. The lease shall be a fully-serviced lease for a term of five (5) years, with the Government having termination rights. All offers must be within the Delineated Area set forth below (Eagle River, Alaska). Offers to include all costs. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government�s requirements and is economically advantageous, as well as costs likely to be incurred through relocation. The requirements for consideration of award will entail a complete bid that consists of the following criteria at a minimum: Space must meet established square footage requirements and be within the delineated area. Acceptance and use of government lease, with no changes to the standard language, clauses or conditions within the lease as designated by the Government (see attached Standard Lease Template and General Clauses.) Competitive rates of base cost per square feet for annual rent (see attached Proposal to Lease Form). Include a breakout of operation expenses. Lease will be awarded to the most economically advantageous bid which provides best value to the Government. Evaluation criteria to include, but not limited to, meets recruiting mission requirements, location, lessor past performance (if applicable), and pricing consistent with comparable sites in the local area. Offered space must meet the Governments requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent the building owners. Representatives of building owners must include the exclusivity grating the exclusive right to represent the building owner with their response to the advertisement. Offers will need to include a completed Rental Proposal Worksheet and proof of registration in www.sam.gov (i.e. active CAGE code.) Attached is a copy of the General Clauses, Proposal to Lease Space, lease document, the General Clauses, Certification of Authorization, Agency Agreement/ Authorization for Property Manager to Act on Behalf of Owner, and SAM Representations and Certifications. Please review all documents carefully and make sure that you agree to the terms presented. The government lease and the general conditions are standard and are for the most part is not negotiable and must be accepted as written and shown on the attached file. Initial offers are due no later than close of business on 05 December 2025. After the receipt of initial offers, the named Realty Specialist or other authorized representative will conduct negotiation on behalf of the Government. Verbal or written negotiations will be conducted with Offerors that are within the competitive range. The competitive range, which will be established by the Realty Specialist, will be based on the lease cost and other award factors stated in this solicitation. All Offerors will be included that have a reasonable chance of being selected. Negotiations are considered closed at the due date and time of best and final offers.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3680dc2a1f334f3f9803498125dde0c1/view)
 
Place of Performance
Address: AK 99577, USA
Zip Code: 99577
Country: USA
 
Record
SN07580033-F 20250907/250905230043 (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 |
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.