DACW675240018300 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,023 gross square feet of office space in Spokane, WA for a Regulatory Field Office

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159994792825708
Posted Date: Apr 2, 2024
Due Date: Apr 30, 2024
Solicitation No: DACW675240018300
Source: Members Only
Follow
DACW675240018300 - United States Army Corps of Engineers (USACE) seeks to lease approximately 2,023 gross square feet of office space in Spokane, WA for a Regulatory Field Office
Active
Contract Opportunity
Notice ID
DACW675240018300
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
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) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 02, 2024 01:40 pm PDT
  • Original Date Offers Due: Apr 30, 2024 11:59 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Spokane , WA
    USA
Description

RLP PROCUREMENT SUMMARY/SOLICITATION – UNITED STATES ARMY CORPS OF ENGINEERS





The U.S. Government, by and through United States Army Corps of Engineers (USACE), seeks to lease the following space:





State: WA



City: Spokane



Delineated Area:



The Government requests Space within the city limits of Spokane, state of Washington.



Buildings that have frontage on the boundary streets are deemed to be within the Delineated Area.



Gross Square Feet: 2,023



Space Type: Professional Office



GOV Parking Spaces (Total): One (1) government vehicle and seven (7) privately owned vehicles.



Full Term: 60 months



Option Term: 12 months





Realty Specialist Name: Kim La



Address: U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388



Office Phone: (206) 858-1750



Email Address: thu.k.la@usace.army.mil



Real Estate Contracting Officer: Thomas Seymour





Electronic Offer Submission:



Offers must be submitted electronically via email to the Realty Specialist listed above. Offers are due on or before: April 30, 2024.





The U.S. Government, by and through USACE, currently occupies a professional office 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 an office space for a Regulatory Field Office for a term of twelve (12) months with four (4) renewal rights of twelve (12) months and 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:




  • Space must be located in a prime business area with attractive surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.

  • Space should not be located within the 100-year flood plain or wetland unless the Government has determined it to be the only practicable alternative.

  • Space should not located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, marijuana dispensaries, or where there are tenants or invitees related to drug treatment or detention facilities.

  • Employee and visitor entrances of the Building must be connected to public sidewalks or street by continuous, accessible sidewalks.

  • Regularly scheduled public transportation (if provided by municipality) during the workday is required within 1,000 feet.

  • Parking must be available per local code and be available within walkable 4 blocks from the building. The parking-to-square -foot ratio available onsite shall at least meet current local code requirements. Restricted or metered parking of one hour or less within the four-block area of the space does not meet parking requirements.

  • Subleases are not acceptable.

  • Space configuration shall be conducive to an efficient layout. Considerations for an efficient layout include, but are not limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depts, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves, or offsets that will result in an inefficient use of space.

  • The following space configurations will not be considered: Space with atriums and other areas interrupting contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affective usage.

  • Columns cannot exceed two (2’) square feet and space between columns and/or walls cannot be less than twenty (20’) feet.

  • The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.

  • If space offered is above ground level, there must be elevator access.

  • The Government requires a fully serviced lease. All services, janitorial supplies, utilities, and tenant alterations are to be provided as part of the rental consideration.

  • The Government will have access to the space 24 hours a day, 7 days a week. Normal hours of operation are Monday through Friday 0800 to 1700 (excluding weekends and Federal holidays).





Additionally, offerors must review the attached documents which contain other Government leasing requirements:





Request for Lease Proposals



Exhibit A – Rental Proposal Worksheet, USACE Recruiting Form 1364



Exhibit B – U. S. Government Lease for Real Property



Exhibit C – General Clauses, GSA Template 3517B



Exhibit D – Janitorial Specifications



Exhibit E – SAM Representations and Certifications, GSA Form 3518



Exhibit F – Certificate of Authorization



Exhibit G – Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner (where applicable)





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. 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.)






  • Exhibit A – Rental Proposal Worksheet, USACE Recruiting Form 1364

  • Exhibit E – SAM Representations and Certifications, GSA Form 3518 (if offeror is not registered in SAM at the time of the offer submission)

  • Evidence of ownership (warranty deed) or control of building or site.

  • Exhibit G – Agency Agreement, Authorization for Property Manager to Act on Behalf of Owner (where applicable)





Please note that you are not required to initial and return the following documents at this time:






  • Request for Lease Proposal (RLP)

  • Exhibit B – U. S. Government Lease for Real Property

  • Exhibit C – General Clauses, GSA Template 3517A

  • Exhibit D – Janitorial Specifications

  • Exhibit F – Certificate of Authorization





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 3517A, 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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 02, 2024 01:40 pm PDTSolicitation (Original)

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 >