Colorado Bids > Bid Detail

DENVER CLINIC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159635964759635
Posted Date: Mar 1, 2023
Due Date: Apr 3, 2023
Solicitation No: 36C25921R0108
Source: https://sam.gov/opp/e0c1532c70...
Follow
DENVER CLINIC
Active
Contract Opportunity
Notice ID
36C25921R0108
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 01, 2023 01:22 pm MST
  • Original Date Offers Due: Apr 03, 2023 04:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1DB - LEASE/RENTAL OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Greenwood Village , CO 80111
    USA
Description

The Government is seeking a minimum of 8,000 to a maximum of 9,000 of American National Standards Institute/Building Owners and Managers Association (ANSI/BOMA) Occupant Area (ABOA) square feet (SF) of contiguous space within the Area of Consideration set forth below. See Section 2 of the Lease for applicable ANSI/BOMA standards. NOT TO EXCEED 9,450 RSF per GSA Delegation Approval.





Hidden and deleted by GEE.





==============================================================================================





B. The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the LCO. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.





C. The Government requires 50 surface/outside parking spaces, reserved for the exclusive use of the Government. These spaces must be secured and lit in accordance with the Security Requirements set forth in the Lease. Offeror shall include the cost of this parking as part of the rental consideration.





D. As part of the rental consideration, the Government may require use of part of the Building roof for the installation of antenna(s). If antenna space is required, specifications regarding the type of antenna(s) and mounting requirements are included in the agency requirements information provided with this RLP.



note: space does not need to be set aside for randolph-sheppard FACILITIES if the state agency for the blind has declined the offer to establish a facility, in writing. When required, the square footage listed for RANDOLPH-sheppard vending faciLities below must be included in the aboa Sf identified under sub-paragraph a.





E. The Government may provide vending machines within the Government's leased area under the provisions of the Randolph-Sheppard Act (20 USC 107 et. seq.). If the Government chooses to provide vending facilities, the Government will control the number, kind, and locations of vending facilities and will control and receive income from all automatic vending machines. Offeror shall provide necessary utilities and make related alterations. The cost of the improvements is part of Tenant Improvement (TI) costs. The Government will not compete with other facilities having exclusive rights in the Building. The Offeror shall advise the Government if such rights exist.





==============================================================================================





action required: Enter the term, firm term, termination notice period, and required renewal options. these terms and the terms stated in the Lease must be consistent.



note: if seeking firm term renewal options, include optional language (“firm”) and change from hidden blue to visible black text.



delete reference to renewal options, if not required.



F. The lease term shall be 5 Years, 3 Years Firm, and 2 Years non-firm with Government termination rights, in whole or in parts, effective at any time after the Firm Term of the Lease by providing not less than 90 days’ prior written notice. The Government reserves the right in the Lease to not include an option, or to reduce the length of an option, if inclusion of the option would cause the Lease to score as a capital lease, in accordance with the Budget Scorekeeping: Operating Lease Treatment paragraph of this RLP. Should the Government make the determination to modify the term or option(s), an amendment to the RLP will be issued.





action required: insert anticipated lease term commencement date. for succeeding leases, The Lease commencement date should be the next day after the current Lease expires.



G. The Lease Term Commencement Date will be on or about 07-01-2023, or upon acceptance of the Space, whichever is later.


Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 01, 2023 01:22 pm MSTSolicitation (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 >