Federal Bid

Last Updated on 19 Jul 2024 at 9 PM
Solicitation
Morrow Georgia

Armed Forces Career Center - Morrow, Georgia

Solicitation ID W912HN-25-MORROW-GA-2086
Posted Date 19 Jul 2024 at 9 PM
Archive Date 05 Aug 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W074 Endist Savannah
Agency Department Of Defense
Location Morrow Georgia United states 30260

The Savannah District, U.S. Army Corps of Engineers (USACE) is soliciting lease proposals for approximately 3,300 gross rentable square feet of professional office space in Morrow, Georgia for Armed Forces Recruiting purposes.  The delineated area is within a 1/4 mile radius of 3000 Corporate Center Drive, Morrow, Georgia 30260.  

The U.S. Government, by and through USACE, currently occupies office and related space under a lease , that will be expiring, 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 factors, the availability of alternative space that may potentially satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, replication of tenant improvements (initial alterations) and telecommunication infrastructure, non-productive agency downtime, and costs, including rent, related to vacating the current location prior to lease termination.

The Government’s preference is for a full-service lease to include base rent, CAM, utilities, and janitorial services for retail space to be used for Armed Forces Recruiting Purposes for a term of five (5) years with Government termination rights and location within the delineated area specified above. Non-exclusive parking for 7 government vehicles must be provided 24 hours 7 days. Offered space must meet Government requirements per the terms of the Government Lease. Must use Government Lease.  

The lease is for a Five (5) year term with Government termination rights Interested respondents may include building owners and representatives with the exclusive right to represent building owners. Representatives of building owners must include the exclusivity agreement granting the right to represent the building owner with their response to this advertisement.  

**Additional information regarding this solicitation will be provided by the primary and secondary contacts contained in this solicitation.  

***Attached documents include:    

          Proposal to Lease 

          General Clauses and Addendum

          Government Lease

**** Documents available upon request     

          Construction Specifications for Initial Alterations

          Telecommunications Addendum (National Defense Authorization Act Compliance)

          Janitorial Specifications

 *****Solicitation for offer (SFO) Submission must include: Proposal to Lease Space Document (signed by lessor), Proposed Floor Plan,  Initial Alterations Quote, and Exclusivity Agreement (if applicable)

          

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 (known as DUNS).  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).

Bid Protests Not Available

Similar Past Bids

Morrow Georgia Not Specified
Morrow Georgia Not Specified
Mississippi Not Specified
Location Unknown Not Specified

Similar Opportunities

FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM
FY26-FY28 Hot Mix Asphalt Paving and Related Work Sealed bids for FY26-FY28 Hot Mix Asphalt Paving and Related Work, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Hot Mix Asphalt Paving and Related Work, Bid#2025-43DPW”. Work will consist of the milling and paving of various locations throughout the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 6 PM
Albany Georgia 16 Jul 2025 at 3 AM
Waycross Georgia 16 Jul 2025 at 3 AM
Warner robins Georgia 16 Jul 2025 at 3 AM