Request for Information- Class B Office Space Lease

Agency: DEPT OF DEFENSE
State: Ohio
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159256142418624
Posted Date: Apr 23, 2024
Due Date: May 3, 2024
Solicitation No: RFI20240423
Source: Members Only
Follow
Request for Information- Class B Office Space Lease
Active
Contract Opportunity
Notice ID
RFI20240423
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 23, 2024 02:19 pm EDT
  • Original Published Date: Apr 23, 2024 01:17 pm EDT
  • Updated Response Date: May 03, 2024 05:00 pm EDT
  • Original Response Date: May 02, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 18, 2024
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description View Changes

REQUEST FOR INFORMATION



Wright Patterson Air Force Base



23 April 2024



I. AUTHORITY



The scope of this Request For Information (RFI) is based upon the limited independent authority provided to the Secretaries of the military departments to obtain Property pursuant to 10 U.S.C. § 2661(b)(1): “The Secretary of Defense and Secretaries of each military departments may provide for… the leasing of buildings and facilities...”. The United States of America, acting by and through the Secretary of the Air Force (the “Government”), is seeking to obtain information concerning the lease of up to 100,000 SF of contiguous mission space capable of supporting secure mission requirements.




  1. SUMMARY






    1. DESCRIPTION. The Government is seeking information from interested entities that would be able to lease existing 100,000 SF of Class B (minimum) office space capable of supporting renovation of approximately 50% of the space to support secure office requirements complying with Intelligence Community Directive (ICD) 705. The remaining 50% of the space required will support general administrative purposes.





    1. THIS IS A REQUEST FOR INFORMATION. This RFI is a market research tool issued to determine the availability and adequacy of lease sources for the Government’s information and planning. The purpose of this RFI is to gain familiarity with the current market by gathering information in a formal, structured, and fair manner which the Government will consider when determining whether to issue a Request for Proposal (RFP). This is not an RFP or a promise to issue an RFP or any other solicitation type in the future. This RFI does not obligate the Government to lease property or purchase services from any responder. The Government reserves the right to cancel this RFI at any time. All costs incurred in responding to this RFI will be the sole responsibility of the responder.





III. LEASE REQUIREMENTS



The Government is seeking potential leasing opportunities for facilities that are capable of supporting the following requirements.






  1. LOCATION. Properties must be located within 20-mile radius of Wright-Patterson Air Force Base (WPAFB) Ohio.






  1. USE: The Government requires a minimum of Class B office space capable of supporting multiple secure mission requirements. Available spaces will be required to be accredited to ICD-705 standards through improvements made by the lessor and reimbursed by the Government. Daily personnel may exceed 550 personnel. Existing parking, restrooms, central plant mechanical and electrical systems should be adequately sized to support this population without significant construction/renovation.






  1. AVAILABLE SPACE: 100,000 SF of contiguous office space. Contiguous space is defined by space physically connected horizontally and/or vertically in an uninterrupted configuration.






  1. ADJACENCIES: Physical security of space is required to include limited public access to select “common” areas. Additionally, adjacent existing tenants and operations may preclude a facility’s use for secure mission requirements required by the Government and thus prevent the Government from leasing the space.






  1. TIMELINE: Lease agreement is targeted for September 2024, with tenant buildouts of non-secure space by April 2025 and secure space requirements by January 2026. Lease rent would begin upon beneficial occupancy after tenant improvements are complete and accepted by the Government.






  1. GENERAL LIFE SAFETY AND WELLFARE: Potential properties will be required to be fully compliant with local building codes; property owners will be required to contract appropriate tenant improvements in accordance with local permitting requirements. Additionally, applicable Air Force Unified Facility Criteria (UFC) including standards including, but not limited to, UFC 3-600-01 "Fire Protection Engineering for Facilities” and UFC 4-010-05 “SCIF/SAPF Planning, Design and Construction” shall also apply.






  1. MISCELLANEOUS GOVERNMENT REQUIREMENTS:


    1. The Government is interested in existing office space only, build-to-suit new structures will NOT be considered.

    2. Portions of the space will be required to be supported with redundant/emergency back-up power.

    3. Portions of the facility will be operated 24/7.

    4. Existing Infrastructure to support redundant high-speed data/communications connectivity.

    5. Potential properties will be evaluated from vulnerabilities relating to both ICD-705 Standards and Anti-Terrorism Force Protection (AFTP) Standards. Further details on these requirements will be defined in potential future RFPs. Property suitability, as determined by the Government, may consider facility construction, core/common space location, other building systems/infrastructure conditions, and feasibility of meeting ICD 705 and ATFP Standards.








  1. RFI RESPONSE CONTENT








    1. REQUIREMENT. RFI responses should identify the proposed property suitable for use by the Government capable of meeting the requirements outlined in Section III. The physical address of the building(s) must be included in the response.










    1. QUESTIONS. In providing the RFI response, submittals shall address the following:


      1. Describe the proposed space, providing details on location, previous use(s), additional tenants in the facility, total square footage available for lease, timeline for lease availability, description of contiguous nature space.

      2. Describe the property’s ability to meet requirements listed in Section III.

        1. Identify requirements from Section III currently accommodated by the proposed property.

        2. Identify requirements from Section III that can be accommodated by the proposed property though tenant improvements.

        3. Identify any features from Section III that could not reasonably be incorporated into the proposed property.

        4. If the facility is current compliant with ICD-705, please identify the most recent certification date.



      3. Describe the current rental rate for the described facility(ies).










  1. RFI RESPONSE SUBMISSION



RFI RESPONSE DUE DATE. Written submittals are due no later than 5:00 PM EDT on Friday 03 May 2024. All costs associated with any RFI response shall be at the responder's sole expense and shall not be reimbursed by the Government. Please be advised that all submissions become Government property and will not be returned. Submittals will be accepted via e-mail only to: Jason A. Besser at jason.besser@us.af.mil





The Government will not accept flash drives or other external memory devices.








    1. PROPRIETARY INFORMATION. Proprietary information included in the RFI submittal MUST BE CLEARLY MARKED.










    1. RFI RESPONSE FORMAT (PART 1). Part 1 of the RFI response shall provide the following administrative information:



  • Name of company

  • Name of designated point of contact

  • Mailing address

  • Overnight delivery address (if different from mailing address)

  • Phone number

  • E-mail of designated point of contact








    1. RFI RESPONSE FORMAT (PART 2). Part 2 of the RFI response shall address the content set out in Section IV RFI RESPONSE SUBMISSION. Written responses for PART 2 should NOT exceed 5 letter sized pages in 12-point font. In addition to written responses to Section IV, interested entities are encouraged to provide floor plans and images of the proposed property available for lease, these images/plans should be included as separate attachments and may exceed the 5-page count limit.




Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >