5545 SQFT REQUIRED

Agency:
State: Colorado
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Mar 1, 2024
Due: Apr 15, 2024
Publication URL: To access bid details, please log in.
Follow
5545 SQFT REQUIRED
Active
Contract Opportunity
Notice ID
DACA45-5-24-15200
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 01, 2024 03:17 pm MST
  • Original Date Offers Due: Apr 15, 2024 07:00 am MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1PZ - LEASE/RENTAL OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Colorado Springs , CO 80909
    USA
Description

The U. S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for _5545_ square feet (useable) of retail/office space within the delineated area. Space will need to be capable of accommodating the floor plan requirements as shown on the attached template (including a secondary egress); have adequate parking (prefer it is sign designated) for 14 Government-owned vehicles 24 hours a day/7 days a week, as well as adequate parking within 4 blocks for employee and customer vehicles; include daytime janitorial services; include adequate signage for maximum visibility; and lessor needs to secure three bids for the build-out of the space to meet the construction specifications provided. Sites that are located adjacent to adult entertainment shops (i.e. book stores, video stores, or theatres), night clubs/bars, methadone clinics, drug rehabilitation centers, marijuana/hemp dispensaries, medical marijuana dispensaries, gun shops, liquor stores, etc. could potentially be eliminated from competition as these are considered non-compatible businesses. Lessors are required to be registered and active in www.sam.gov prior to the deadline for final offer submission.



Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), a proposed floor plan and the construction bids for build-out meeting the construction specifications. Attached is a copy of the lease document, the general conditions, the construction specifications, the janitorial specifications, the rental proposal worksheet, instructions for System for Award Management (SAM) registration, and a floor plan template. Thoroughly review all documents 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. Review the construction specifications completely as they stipulate additional lessor responsibilities.



Three (3) construction bids for the build-out are requested. After a bid is accepted, no change orders are authorized, so bids need to be accurate and complete (including all taxes and fees). Special attention should be given to security requirements (video entry control system, closed circuit television system and video recording, dual roller shades on exterior windows, fixed panel shade on exterior entry door and peep hole in secondary exit, perforated window wrap), fragmentation film on exterior windows/glass doors, telecommunication wiring requirements, addition of water fountain, signage, paint, wall graphics, phone jacks, electrical outlets and spec'd carpet squares. These are items that can add a significant cost and may be overlooked in the bid process; however, all items in the specifications need to be followed, even if code does not require the item (i.e. smoke detectors, fire extinguishers, etc.). Bids shall include any tear down/haul away expenses.



The attached floor plan is to be used as a generalized idea and reference tool for close proximity of amount of useable space this location will require for build out in both office space and common area space. Submitted floor plans must meet the space requirements as designated on attached example.



It is mandatory that janitorial services be included in the lease (lessor responsible for contracting these services). Be sure to review the attached janitorial guidance and ensure the costs of these services are included on the rental proposal worksheet.



Leases are negotiated for a 5 year term but they include a clause stating the Government can terminate giving reasonable days’ notice. In order to incorporate firm term years, meaning the Government cannot get out of the lease for a specified period of time, we ask the lessor to provide a significant contribution towards the build-out costs. Five year firm term leases are generally not considered.



Following are the factors that will be considered when evaluating bids/offers:




  1. Location

  2. Ability to meet all construction specifications, security measures and lease requirements

  3. Complete initial and final offers must be received by defined deadline

  4. Competitive costs in the best interest of the government

  5. Qualitative ratings by client for mission



Initial offers are due no later than close of business on April 15, 2024 (45 calendar days from advertisement in BETA.SAM). You will receive feedback of your initial offer identifying missing items/weaknesses by April 20, 2024 (5 days after initial closing date). After receiving feedback, your best and final offer will be due no later than close of business on



April 30, 2024 (10 days after feedback provided).


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 01, 2024 03:17 pm MSTSolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

..., janitorial services provided in the lease, as well as costs likely to ...

DEPT OF DEFENSE

Bid Due: 6/02/2024

...- HOUSEKEEPING- FOOD NAICS Code: 561720 - Janitorial Services Place of Performance: CO ...

DEPT OF DEFENSE

Bid Due: 5/20/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.