Idaho Bids > Bid Detail

DACA675240014400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 66 acres of land in Hayden, Idaho for Military Training

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159049231156399
Posted Date: Jan 9, 2024
Due Date: Feb 8, 2024
Source: https://sam.gov/opp/7358794a80...
Follow
DACA675240014400 - United States Army Corps of Engineers (USACE) seeks to lease approximately 66 acres of land in Hayden, Idaho for Military Training
Active
Contract Opportunity
Notice ID
DACA675240014400
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 09, 2024 11:47 am PST
  • Original Date Offers Due: Feb 08, 2024 11:59 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1PC - LEASE/RENTAL OF UNIMPROVED REAL PROPERTY (LAND)
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Hayden , ID 83835
    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: Idaho



City: Hayden



Delineated Area:



North: Boekel Road



South: West Prarie Avenue



East: U.S. Route 95



West: North Meyer Road



Space Sought: 66 Acres



Space Type: Land



Full Term: 12 months



Option Term: The Government shall have the option to renew upon written request for up to four (4) additional one (1) year terms.





Realty Specialist Name: Rora Oh



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: (564) 202-1242



Email Address: Rora.Oh@usace.army.mil



Real Estate Contracting Officer Thomas Seymour will be signing the lease for the Government.





Electronic Offer Submission:



Offers must be submitted electronically via email to the Realty Specialist listed above. Offers are due on or before: 11:59 p.m. PST on February 8, 2024.





The U.S. Government, by and through USACE, currently leases land 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, 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 land lease to include base rent, taxes, and insurance for land for an initial term of one (1) year with Government termination rights and renewal rights for four (4) additional one (1) year terms 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 land owners and representatives with the exclusive right to represent land owners. Representatives of land owners must include the exclusivity granting the exclusive right to represent the land owner with their response to this advertisement.





Additional Requirements:




  • Space must be conducive to conducting military exercises.

  • Space should not be located within the 100-year floor 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.

  • 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, USACE Form 3518



Exhibit E – Certificates of Authorization



Exhibit F – Agency Agreement / Authorization for Property Manager to Act on Behalf of Owner





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)

  • Evidence of ownership (warranty deed) or control of building or 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
Secondary Point of Contact
History
  • Jan 09, 2024 11:47 am PSTSolicitation (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 >