New York Bids > Bid Detail

FAA seeks to lease Warehouse or Flex Space-New York

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159734338978843
Posted Date: Jan 13, 2023
Due Date: Jan 31, 2023
Solicitation No: 69435Z-23-L-00034
Source: https://sam.gov/opp/7abeb396d5...
Follow
FAA seeks to lease Warehouse or Flex Space-New York
Active
Contract Opportunity
Notice ID
69435Z-23-L-00034
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
FAA, E REGION, LOGISTICS DIVISION
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 13, 2023 04:38 pm EST
  • Original Response Date: Jan 31, 2023 12:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: X1EZ - LEASE/RENTAL OF OTHER INDUSTRIAL BUILDINGS
  • NAICS Code:
    • 531190 - Lessors of Other Real Estate Property
  • Place of Performance:
    Jamaica , NY
    USA
Description

This notice is a Request for Information (RFI)/Sources Sought announcement ONLY and will be used for preliminary planning purposes. This announcement is not a Screening Information Request (SIR) or Solicitation for Offers (SFO) and should not be construed as such. The FAA is not seeking proposals or accepting unsolicited proposals. Any costs associated with the response or any follow up information requests are solely at the interested vendor’s expense.



The Federal Aviation Administration (FAA) currently occupies space in a building under a lease that will be expiring on April 2, 2025. The FAA is considering competing its requirements if it determines that it is in its best interest to do so. In making this determination, FAA 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, and non-productive agency downtime. In addition, FAA is seeking information about industry’s best practices and norms within the geographic area.



FAA is considering a lease contract for the following space: Warehouse Flex & Office space in the approximate amount of 8,240 sf to be utilized as administrative/technical space and 5,000 sf outdoor ware yard space. The FAA will also alternatively consider an approximate 13,240 of indoor space provided that a loading dock/ramp access is available as well as a ceiling height greater than 12 feet.




  1. City/State: New York

  2. Delineated Area: within a 20-mile radius of JFK or LaGuardia Airport- see attached search area map

  3. Space Type: 4,900 sf of administrative space, 3,340 sf of technical space and 5,000 sf of outdoor yard space. *note: FAA will alternately consider 5,000 sf of indoor warehouse space with a loading dock and ramp access in lieu of the 5,000 sf of outdoor yard space.

  4. Class of Space: B, C

  5. Parking:5 parking spaces for private vehicles, and 3 reserved Government parking spaces.

  6. Term (incl. Options): 10 year lease term

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

  8. A fully serviced lease is required.

  9. Offered space shall not be in the 100-year flood plain.

  10. The 5,000 sf of outdoor ware yard is to store cable/fiber reels, forklift, construction supplies, act as a staging area. Consideration will be given to indoor space for this purpose provided that a loading dock/ramp access is included, as well as a ceiling height allowing forklift access.



The acquisition strategy for the procurement has not been determined at this time. Responses to this announcement will be used to finalize the acquisition strategy.



Respondents to this Announcement should note that –




  1. This is not a Screening Information Request or Request for Proposals of any kind;

  2. The FAA is not seeking or accepting unsolicited proposals;

  3. The FAA will not pay for any information received or costs incurred in preparing the response to the announcement; and

  4. Any costs associated with the announcement submittal is solely at the interested vendor’s expense

  5. All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking.

  6. The responses to this announcement will be used for information purposes and may be used to assemble a list of potential vendors. The failure to respond to this announcement WILL NOT disqualify an entity from further consideration in connection with any future procurement.

  7. The FAA reserves the right to use the information received in response to this announcement to make decisions relative to defining requirements for future FAA solicitations.

  8. At the FAA’s discretion, respondents may be provided an opportunity to discuss information contained in its response to this announcement. The FAA, at its discretion, may determine if this opportunity will be offered to all, some, or none of the respondents. All information provided in response to this announcement may be subject to Freedom of Information Act (FOIA).

    Any proprietary or sensitive information should be clearly marked with appropriate restrictive language.

  9. This announcement is not intended to guarantee procurement of the real property, and must not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses to this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the SAM.gov Contract Opportunities web page. It is the vendor’s responsibility to monitor this site for the release of the solicitation.



Note: The FAR references cited in SAM.gov are not applicable to the FAA as the FAA has its own policies and guidance published in the Acquisition Management System (AMS).




  1. Please contact the P.O.C., Toni Lopes, Real Estate Contracting Officer, at 718-553-4505 or email toni.lopes@faa.gov, for any questions related to this RFI.



Expressions of Interest should be submitted by email to RECO Toni Lopes @ Toni.Lopes@faa.gov and should include the following information at minimum (This is not an invitation for bids or request for proposals). The FAA is using this information for evaluation and planning purposes. The FAA may issue a formal solicitation in the near future or remain in place. Information required:



Building name/address/building ownership information



Location of space in the building and date it will be available.



Rentable square feet offered, asking rental rate per square foot, proposed TI allowance.



How the common area factor was calculated. (no common area factor will be allowed in a single tenant building).



Floor plan showing available space.



The Government reserves the right to reject any building that does not meet agency requirements upon submission of the expression of interest. No further notification will be required on the part of the Government. The location must be within a 20-mile radius of JFK or LaGuardia Airports.




Attachments/Links
Attachments
Document File Size Access Updated Date
JFK SSC-Delineated Area map.pdf (opens in new window)
651 KB
Public
Jan 13, 2023
JFK SSC-Sample Draft Space Lease.docx (opens in new window)
103 KB
Public
Jan 13, 2023
file uploads

Contact Information
Contracting Office Address
  • FITZGERALD FED BDG NO. 111 JFK INTERNATIONAL AIRPORT
  • JAMAICA , NY 11430
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 13, 2023 04:38 pm ESTSources 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 >