Hawaii Bids > Bid Detail

Recruiting Station-Marines Career Center-Kapolei, Hawaii

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159267355442386
Posted Date: Dec 23, 2023
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/0edaa64501...
Follow
Recruiting Station-Marines Career Center-Kapolei, Hawaii
Active
Contract Opportunity
Notice ID
DACA845240001500
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST HONOLULU
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-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Dec 22, 2023 12:50 pm HST
  • Original Date Offers Due: Mar 01, 2024 12:00 am HST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    Kapolei , HI 96707
    USA
Description

The Honolulu District, U.S. Army Corps of Engineers is soliciting for lease proposals for the right to award the lease for the Marine Corps Recruiting offices located in Kapolei, Hawaii.





If awarded to a new location, this office would be relocated immediately upon completion of construction of retail space to accommodate all requirements pertaining to the FY24 Construction Specifications for Production Offices with the lease start date commencing upon acceptance of space by the government (see attached construction specifications).





The requirements for consideration of award will entail a complete bid that consists of the following criteria at a minimum:





-Acceptance and use of government lease, with no changes to the standard language, clauses or conditions within the lease as designated by the government (see attached sample lease)





-Competitive rates of base cost per square feet for annual rent (rental proposal document attached). A breakout of operating expenses, including janitorial service costs if required.





-All costs and materials affiliated to meet the requirements of the construction specifications (including all safety and security enhancements) will be considered Tenant Improvements with no reimbursement from the government upon completion of the construction or through amortization within the lease





-Lease will be awarded to the most economically advantageous bid which provides best value to the government





Please review all the documents thoroughly so that you have a complete understanding of the Government’s requirements. One item of note in the General Clauses, GSA Form 3517B document is the requirement to register in the System for Award Management 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 before lease award. After review of all documents please initial pages of the U.S. Government Lease for Real Property and the General Clauses, initialed pages indicate that you understand the Government’s terms and requirements.





NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.



ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (formerly DUNS number). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).









A. This Request for Lease Proposals ("RLP”) sets forth instructions and proposal requirements for a Lease. The Government will evaluate proposals conforming to the RLP requirements in accordance with the Method of Award set forth below to select an Offeror for award. The Government will award the Lease to the selected Offeror, subject to the conditions below.



B. Included in this RLP document is a Lease form (USACE Recruiting Lease Form L100) setting forth the Lease term and other terms and conditions of the Lease contemplated by this RLP and a USACE Proposal to Lease Space (USACE Recruiting Form 1364) on which Offeror shall submit its offered rent and other price data, together with required information and submissions. The Lease paragraph titled “Definitions and General Terms” shall apply to the terms of this RLP.



C. Do not attempt to complete the Lease form (USACE Recruiting Lease Form L100). Neither the RLP nor any other part of an Offeror’s proposal shall be part of the Lease except to the extent expressly incorporated therein. The Offeror should review the Lease template; initial each page of the Lease, General Clauses, Representations and Certifications; and submit these together with the USACE Proposal to Lease Space (USACE Recruiting Form 1364).



AMOUNT and Type of Space, Lease Term, AND OCCUPANCY DATE (SEP 2015):



The Government is seeking a fully serviced lease up to five (5) years with termination rights for approximately 3,142 Gross Square Feet and a minimum of 2,732 Net Square Feet of space within the Delineated Area set forth below.



Minimum requirements include:




  1. 24-hour unrestricted access to Leased space;

  2. Availability of all communications infrastructure for to include DSL, T1 or a satellite dish;

  3. Direct access to secondary exterior exit door from Lease space; common area exterior exit door if shared with other military services; or exterior exit door can, and will be installed prior to occupying the facility; and

  4. 24-hour lighted parking for up to nine (9) Government vehicles and adequate parking for privately owned vehicles onsite or within a 4 block radius of the premises.



Delineated area:



The Government requests Space in Kapolei, Hawaii in an area bounded as follows:



North: Queen Liliuokalani Parkway



South: Kapolei Parkway



East: Highway 901



West: Kamokila Boulevard



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






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
  • FORT SHAFTER , HI 96858-5440
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 22, 2023 12:50 pm HSTSolicitation (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 >