Idaho Bids > Bid Detail

LEASE HANGAR SPACE VICINITY BOISE ID

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159653242167715
Posted Date: Mar 12, 2024
Due Date: Mar 28, 2024
Source: https://sam.gov/opp/4506ba876b...
Follow
LEASE HANGAR SPACE VICINITY BOISE ID
Active
Contract Opportunity
Notice ID
DOI-3000000001515
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
DEPARTMENTAL OFFICES
Office
OFFICE OF AVIATION SERVICES (00082)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 12, 2024 11:29 am EDT
  • Original Response Date: Mar 28, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1BZ - LEASE/RENTAL OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Boise , ID 83705
    USA
Description

DESCRIPTION



The U.S. Dept. Of Interior (DOI), Office of Facilities and Administrative Services / Office of Aviation Services (OAS), is interested in leasing approximately 4,000 square feet of hangar space on a public airfield within a delineated area being a 10-mile radius of 300 E. Mallard Dr., Boise, ID 83706, and east of Highway 55.



Minimum Aviation and Aviation Asset Requirements:




  • Space shall be located in a hangar park within an airport open to the public.

  • The airport shall have a lit, paved (asphalt/concrete) runway, with Instrument Landing System (ILS) approach, with a minimum length of 4,000 ft, width greater than 50 ft.

  • 24/7/365 fuel service for Avgas & Jet A.



All offered space must be contiguous within the building, the storage shall be in the same building and close proximity to the aircraft location and minimum hangar door height for offered space is 15 feet. Hangar SF and door width and height shall be sufficient to house a Pilatus PC-12 and Bell 206B III together. The term under consideration is five years full, one year firm.



Space shall conform to GSA and FAA requirements for fire and life safety; and shall be ABAAS compliant and asbestos-free. The building and parking must be accessible to government personnel 24 hours per day, seven days per week. Occupancy is required by approximately April 1, 2024.



Leased space requirements:




  1. Can be within a shared hangar.

  2. Shall be insured and in compliance with local government and airport authorities’ requirements.

  3. Have access to runway.

  4. Be 24-hour secured facilities.

  5. Have pilot and flight operations personnel access to the aircraft outside of normal business hours.

  6. Have lighting and 110 power available to charge batteries.

  7. Have climate control heating for winter weather for occasional light maintenance and winter operations.

  8. Have a minimum of one large fire extinguisher.

  9. Have janitorial services.

  10. Have an inside the hangar system to wash (clean) the aircraft that includes an approved drain system for holding contaminants.

  11. Have a bathroom in hangar.

  12. Have parking access for at least two pilots or other government users related to AC operations.

  13. Have space provided for personal lockers (four large metal lockable type cabinets) for pilot flight gear storage (helmets, boots, PPE, etc.).

  14. Have space for OAS owned aircraft spare parts, air compressor, rolling toolbox, fire-fighting water buckets, remote hooks, and consumables cabinets, of approximately 65 square feet.

  15. Include two (2) non-reserved surface parking spaces in close proximity to the hangar.

  16. Have a Pilot Lounge in the hangar building.

  17. Have desk space for preflight planning etc.

  18. Be As Is, i.e., no tenant improvements required.

  19. Have an asphalt/concrete ramp to hangar floor transition with minimum elevation change to safely operate government owned helicopter electric lift cart “Heliporter” moving the helicopter in and out of the hangar without causing debris or damage.

  20. Have hovering helicopter access to and from the hangar clear from parked vehicles, and clear from other aircraft stored, tied down or maintenance routinely conducted.

  21. Be located on an airport that has DOI-OAS contracted aircraft maintenance services.



Offered space must meet Government requirements for security, fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.



Prior to award the lessor shall have current registration in SAM.gov.



Full-service lease is required. Square footage is approximate and based on approximate LxW of Pilatus and Bell 206 for their storage space.



Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).



Expressions of interest shall be delivered via email with PDF attachments to the primary point of contact, Louis Flori.



Expressions of Interest (EOI) shall include:




  1. airport and building name and address;

  2. a site plan or image of the airport indicating the location of the hangar;

  3. a site plan or floorplan of the hangar indicating the offered space in the building;

  4. rentable square feet offered;

  5. statement that the sender has reviewed the Minimum Aviation and Aviation Asset Requirements (above) and the Lease Space Requirements (below) and the subject space meets all such requirements;

  6. the sender’s title or relationship to the subject property (e.g., owner, operations manager, etc.); and

  7. in the subject line of the email and the EOI that the "EOI responds to Project Number DOI-3000000001515".


Attachments/Links
Contact Information
Contracting Office Address
  • 300 E MALLARD DR SUITE 200
  • BOISE , ID 83706
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 12, 2024 11:29 am EDTSources Sought (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 >