Agency: | DEPT OF DEFENSE |
---|---|
State: | Idaho |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 25, 2024 |
Due: | Jun 30, 2024 |
Solicitation No: | DACA675240000300 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The U.S. Government, by and through United States Army Corps of Engineers (USACE), seeks to lease the following space:
State: Lewiston
City: Idaho
Delineated Area:
North: Warner Avenue
South: Ripon Avenue
East: 16th Avenue
West: 10th Avenue
Gross Square Feet: 2,970
Net Square Feet: 2,504
Space Type: Retail
GOV Parking Spaces (Total): 8
Full Term: 60 months
Option Term: None
Address: U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
Email Address: cenwsre-rfp@usace.army.mil
Real Estate Contracting Officer Thomas Seymour will be signing the lease for the Government.
Electronic Offer Submission:
Offers must be submitted electronically via email listed above. Offers are due on or before: June 30, 2024.
Any questions regarding this solicitation may be directed to Primary or Secondary Points of Contact listed in the “Contact Information” section of this notice.
The U.S. Government, by and through USACE, currently occupies retail and related space in a building under a lease in the city and state specified above, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease termination.
The Government’s desire is for a full-service lease to include base rent, CAM, utilities, and janitorial services for a retail space for an Armed Forces Career Center for a term of five (5) years with Government termination rights and location within the delineated area specified above. Non-exclusive parking for government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent buildings owners. Representatives of building owners must include the exclusivity granting the exclusive right to represent the building owner with their response to this advertisement.
Additional Requirements:
Request for Lease Proposals
To be responsive, your offer should be based on all the terms, conditions, and responsibilities expressed throughout the RLP and Lease and be submitted electronically via email addressed to cenwsre-rfp@usace.army.mil. Offerors’ emails shall include the completed Rental Proposal Worksheet, attached hereto as Exhibit “A” as an attachment to the email. The subject line of the email must contain the Request for Lease Proposal (RLP) Number (16 characters beginning with “DAC”) listed on the first page of the RLP. Please review the RLP and all attachments carefully paying particular attention to the solicitation requirements.
The following forms must be completed, initialed, and/or signed and returned electronically with your initial offer. (Note: There may be other required forms. Refer to the enclosed RLP for details.)
Please note that you are not required to initial and return the following documents at this time:
Please review all the attached documents thoroughly to obtain a complete understanding of the Government’s requirements. One item of note in the General Clauses, GSA Form 3517B, is the requirement to register in the System for Award Management (SAM) at www.SAM.gov (General Clause 17, CFR 52.204-7). This registration is mandatory for any entity wishing to do business with the Government and must be completed at the time of lease award. Entities not currently registered in SAM are advised to start the registration process as soon as possible.
After receipt of all proposals, conclusions of any discussions, and receipt of best and final offers, the Government will select a location based on the lowest overall cost and technical requirements specified in the enclosed RLP. Past performance, if applicable, will also be taken into consideration. The selection is expected to occur approximately thirty (30) days following the initial proposal response date stated above. A Government market survey, appraisal, or value estimate will be conducted to determine fair market rental value.
Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).
Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.
Funds may or may not be presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse offeror(s) for any cost.
With GovernmentContracts, you can:
Follow Open Source Software: BlackBear: Advanced Simulation for Structural Integrity Active Contract Opportunity
Federal Agency
Bid Due: 3/15/2026
Follow Open Source Software: Maximizing Advanced Manufacturing Simulations with MALAMUTE Active Contract Opportunity
Federal Agency
Bid Due: 3/15/2026
Follow Open Source Software: Unlocking Operational Efficiency in Nuclear Power Plants with DIAMOND
Federal Agency
Bid Due: 3/15/2026
Follow Open Source Software: ICSNPP: Advanced Industrial Control System Protocol Parsing for Zeek
Federal Agency
Bid Due: 3/15/2026