DACA675240019900 - United States Army Corps of Engineers (USACE) seeks to lease approximately 35.43 acres of land in Moses Lake, Washington for C-17 Assault Zone Training Operations
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)
- Original Published Date: Jun 17, 2024 09:13 am PDT
- Original Date Offers Due: Jul 31, 2024 11:59 pm PDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 15, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: X1BD - LEASE/RENTAL OF AIRPORT RUNWAYS AND TAXIWAYS
- NAICS Code:
- 48811 - Airport Operations
- Place of Performance: Moses Lake , WAUSA
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: Washington
City: Moses Lake
Delineated Area: City limits of Moses Lake, WA.
Acreage: 35.43
Space Type: Land
Full Term: 25 years
Option Term: Annual
Address: U.S. Army Corps of Engineers, Seattle District, ATTN: CENWS-RES, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
Email Address: cenwsre-rfp@usace.army.mil
Real Estate Contracting Officer Thomas J. Seymour will be signing the Lease.
Electronic Offer Submission:
Offers must be submitted electronically via email listed above. Offers are due on or before: July 31, 2024.
Any questions regarding this solicitation may be directed to Primary or Secondary Points of Contact listed in the “Contact Information” section of this notice.
The U.S. Government, by and through USACE, currently occupies land on or near an airport in the city and state specified above. 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 and related costs for a runway on or near an airport for a term of twenty-five (25) years with Government termination rights and location within the delineated area specified above. Offered space must meet Government requirements per the terms of the Government Lease. Interested respondents may include airport facilities with the exclusive right to represent the airport. Representatives of the airport must include the exclusivity granting the exclusive right to represent the airport with their response to this advertisement.
Additional Requirements:
- Space must be located on or near an airport.
- 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.
- Subleases are not acceptable.
- Space configuration shall be conducive to an efficient layout.
- The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility.
- The Government will have access to the space 24 hours a day, 7 days a week.
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 3517A
Exhibit D – SAM Representations and Certifications, GSA Form 3518
Exhibit E – Certificate of Authorization
Exhibit F – 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 D – SAM Representations and Certifications, GSA Form 3518 (if offeror is not registered in SAM at the time of the offer submission)
- Exhibit F – Agency Agreement (If applicable)
- Evidence of ownership (warranty deed) or control of site.
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 E – 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
- Kim La
- thu.k.la@usace.army.mil
- Phone Number 2068581750
Secondary Point of Contact
- Rora Oh
- Rora.Oh@usace.army.mil
- Phone Number 2065849635
History
- Aug 15, 2024 08:55 pm PDTSolicitation (Original)