United States - Lease For Office Space 2000 - 2300 sq ft Required

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
30 March 2024
Opportunity publication date
15 February 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

SOLICITATON FOR OFFER LOCATION:
Forest Lake, MN
Delineated Area Option 1 -
N Boundary:     232nd Street N./7th Ave S Boundary:                     11th Ave SW
E Boundary:     Centennial Dr. NW
W Boundary: Everton Ave N/Cub Foods Delineated Area
Option 2 –
N Boundary: SW 4th Ave/S. Shore Dr.
S Boundary: 210 St. N. /Dock Manufacturing Rd. E Boundary: Goodview Ave N.
W Boundary: SW Centennial Dr.
The U.S. Army Corps of Engineers, Recruiting Facilities Program, is soliciting offers for 2000 -2300 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 _4_ 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 clauses, 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:

Location
Ability to meet all construction specifications, security measures and lease requirements
Complete initial and final offers must be received by defined deadline
Competitive costs in the best interest of the government
Qualitative ratings by client for mission

Initial offers are due no later than close of business on March 30, 2024 (45 calendar days from advertisement in BETA.SAM). You will receive feedback of your initial offer identifying missing items/weaknesses by _April 4, 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 15, 2024_ (10 days after feedback provided).

Opportunity closing date
30 March 2024
Value of contract
to be confirmed

About the buyer

Address
W071 ENDIST OMAHA UNITED STATES
Contact
kathleen.m.krollman@usace.army.mil

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?