Nevada Bids > Bid Detail

Unaccompanied Housing Lease - Nellis AFB

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159605208558086
Posted Date: Jul 9, 2022
Due Date: Oct 14, 2022
Solicitation No: FA486122R0120
Source: https://sam.gov/opp/200c38fb9d...
Follow
Unaccompanied Housing Lease - Nellis AFB
Active
Contract Opportunity
Notice ID
FA486122R0120
Related Notice
FA486122R0120
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4861 99 CONS LGC
General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 08, 2022 06:08 pm PDT
  • Original Date Offers Due: Oct 14, 2022 05:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1FC - LEASE/RENTAL OF TROOP HOUSING FACILITIES
  • NAICS Code:
    • 531110 - Lessors of Residential Buildings and Dwellings
  • Place of Performance:
    Las Vegas , NV
    USA
Description

UNFURNISHED APARTMENT UNITS FOR



NELLIS AIR BASE (NAFB) AND CREECH AIR FORCE BASE (CAFB)



PERMANENT PARTY FIRST TERM JUNIOR ENLISTED AIRMEN



LAS VEGAS, NEVADA





Written inquiries regarding this solicitation/RFP shall be submitted electronically. The Point of Contact (POC) for inquiries is Elizabeth McDuffie, Real Estate Representative at e-mail: elizabeth.mcduffie@us.af.mil.



In accordance with AFFARS MP5332.7 (d):



“Notice to Offeror(s)/Supplier(s): Funds are not 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. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.”



Requirement start date is expected on or about 1 December 2022. (Exact date is TBD)



Unless otherwise stated, proposals are due by Friday, 14 October, 2022 at 5:00pm PST. Proposals shall include expiration date.



BACKGROUND:



NAFB has a shortage of beds for the number of permanent party Airmen First Class (E-1) through Senior Airman (E-4) assigned to NAFB and Creech Air Force Base (CAFB). The Department of the Air Force (DAF), NAFB, NV, is considering leasing either: 1) 100 unfurnished two-bedroom/two-bathroom apartments; or 2) 110 unfurnished two-bedroom/two-bathroom apartments; or 3) 120 unfurnished two-bedroom/two-bathroom apartment units located within one (1) or more apartment complex(es), (Complex) is defined as being a group of buildings housing related units, at a central location between NAFB and CAFB in the County of Clark, Nevada. Interested parties must have an office in Las Vegas, Nevada.



This RFP is requesting two-bedroom/two-bathroom apartments. However, offers/proposals may be for apartments with more bedrooms, so long as there is at least one bathroom per bedroom.



1. General Information



a. The lease to be acquired is based upon the limited independent authority provided to the Secretaries of the military departments to obtain property pursuant to Title 10, U.S.C. 2661(b)(1), which states: “The Secretary of Defense and the Secretary of each military department may provide for… the leasing of buildings and facilities . . . .” The lease term shall be for a period of one (1) year with four (4) one (1) year renewals. The lease may be extended for an additional five (5) one (1) year renewals not to exceed a total of ten (10) years subject to appropriation of available funds.



b. This solicitation is seeking proposals that meet ALL of the requirements specified in the RFP. While the USAF intends to select proposals satisfying all the requirements, USAF is under no obligation to do so and reserves the right to cancel this RFP and reject all proposals at its sole discretion. USAF reserves the right to suspend and/or amend all provisions of the RFP and to waive informalities and minor irregularities in submissions received where it is in USAF’s best interest to do so.



c. This RFP shall not be considered a contract, a promise to a contract, or a commitment of any kind on behalf of the U.S. Government. A Government Lease substantially similar to the Lease at Attachment 1 will be used, which will be executed by the Deputy Assistant Secretary of the Air Force for Installations, acting on behalf of the Secretary of the Air Force.

d. The Government shall not be required to accept a proposal if an offeror is (i) on the most current “List of Parties Excluded from Federal Procurement and Nonprocurement Programs” published at SAM.gov exclusions as said list may be updated from time to time, or (ii) a country listed in Publication 10535, Patterns of Global Terrorism, available from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC 20402, and available at https://www.state.gov/reports/country-reports-on-terrorism-2019/. This restriction is in accordance with Government policies and 10 U.S.C. § 2327.



2. Location:



a. Northwest area of Las Vegas between NAFB and CAFB. Location must be within 40 miles from both the NAFB and CAFB main gates.



b. The Complex must be, in the sole judgment of the Government, a location conducive to good quality of life including



3. Apartment Complex Requirements:



a. The Complex must be, in the sole judgment of the Government, a location conducive to good quality of life including –



(1) General aesthetics of the Complex,



(2) Exterior maintenance of the Complex and of the neighborhood surrounding the offered units,



(3) General security of the Complex and parking areas including lighting and access: and



(4) Management’s attentiveness to issues brought forward by the Government.



b. The apartment complex shall be highly maintained and structurally sound and not pose any life, health, safety, or fire hazard. The Complex and each apartment unit shall meet the following minimum Requirements



(1) General aesthetics of the Complex,



(2) Exterior maintenance of the Complex and of the neighborhood surrounding the offered units,



(3) General security of the Complex and parking areas including lighting and access,



(4) Management’s attentiveness to issues brought forward by the Government.



(5) Complex shall meet all federal, state, and local seismic and building codes.



c. Parking:



(1) One (1) assigned parking space per bedroom shall be provided for each leased apartment unit.



(2) Parking area to be secured and away from the street or as determined by ATFP inspection.



d. Amenities: Occupant(s) shall have access to all amenities offered within the Complex as provided to all other occupants at no additional cost.



4. Apartment Unit Requirements:



a. Each apartment unit shall be no less than 900 square feet in size.



b. Offers shall be for 100, 110, or 120 unfurnished two-bedroom, two-bathroom apartment units within one complex. However, offers/proposals may be for apartments with more bedrooms, as long as there is at least one bathroom per bedroom.



c. Rooms shall be constructed and furnished to provide good light and attention to proper insulation for sound reduction.



d. All windows shall be provided with adequate window coverings, as provided to other tenants.



e. Sufficient electrical outlets will be available. All electrical cords, bulbs, lights, and switches shall be operational and free from defect.



f. All interior doors shall have security locks.



g. All doors shall be free from holes, dents, or other physical defects.



h. Entrance doors leading into the apartment will have a visitor view capability.



i. Smoke, carbon monoxide, and fire protection systems must be installed and operational and meet federal, state, and local fire codes.



j. Offered units may be on any level of the complex.



5. Interior Requirements: All apartment units shall contain at least the following:



a. Unfurnished bedrooms, with one bathroom per bedroom.



b. All utilities costs are included in the rent (e.g., heat, electricity, gas, hot/cold water, sewage disposal, garbage collection/trash removal, and internet connection capabilities).



c. The units shall have adequate and functional central heating and air-conditioning.



d. Kitchen will contain typical appliances provided to other tenants.



e. Dining Room/Living Room Area.



f. Bathrooms – to include a shower and/or tub combination; a washbasin/sink; a properly functioning toilet; and a mirror. Additionally, bathrooms shall have adequate lighting and grounded electrical outlets for use of electrical razors, hair dryers, etc. The shower or shower/tub combination will have shower doors or curtains.



g. Working smoke and carbon monoxide alarms.



h. Washers and dryers must be either located in each apartment unit or accessible in the apartment complex by all residents.



6. Security Requirements: Security and Safety for the Airmen is the upmost priority. The NAFB Anti-Terrorist Force Program (ATFP) Office will inspect the premises of all offerors prior to award. The AFTP Office will provide a report on each premise and provide it to the Installation Commander. While there are no ATFP restrictions concerning housing DoD and Non-DoD personnel within the same housing development off base, it does increase the risk the Installation Commander needs to consider assuming. This situation may also impact additional access control measures that may need to be implemented.



7. Quality Assurance: Leased apartments must consent to the Military Family Housing, specially Unaccompanied Airmen (Dorms) office, medical office, fire department, security forces office, and contracting office representative’s inspection(s) of the apartment complex(es) prior to the lease taking effect, and at any time during the leasing period. All findings of incomplete or unsatisfactory performance will be documented, verbal notice given, and confirmed in writing to the complex. The complex shall reply in writing, justifying the unsatisfactory condition(s), the corrective action taken, and the procedures developed to prevent recurrence. The complex shall provide a 24/7 contact number in case of an emergency.



8. Miscellaneous Requirements:



a. The Rental amount shall be inclusive of all above requirements, including all utilities.



b. Provide a copy of the tenant rules/regulations, including maintenance or work request time.



c. The Government reserved the rights to access/inspect each leased units at any given time.



d. All leased units are non-smoking units.



e. No Pets will be allowed as determined by the lessee.



9. Proposal Requirements:



a. Provide one (1) email or two (2) completed, signed, and dated proposals.



b. Provide a site map of the premises and a floor plan of the units being offered to include square footage of the unit.



c. Register with System for Award Management (SAM) database. Registration must be active the entire length of the Lease.



10. Proposal Delivery:



a. Proposals must be received no later than 5:00 P.M. Pacific Standard Time on Friday, 14 October, 2022. Preferred method of proposal is via email at:

Email: elizabeth.mcduffie@us.af.mil; and

Email: charlton.mason@us.af.mil



b. Proposals may be sent via mail and must be postmarked on 7 October 2022 and received no later than five (5) working days after this date. Early submissions are accepted and welcomed. Submissions may be delivered by postal mail, courier, FedEx, UPS, or hand delivered to the following address:



99 CES/CEIAP

Attn: Real Property Office, Rm 108

6020 Beale Ave

Nellis AFB, NV 89191



c. A proposal may be modified or withdrawn by written notice sent by mail, express mail, or e-mail to elizabeth.mcduffie@us.af.mil and received at any time before award by the Real Estate Representative.



d. Questions concerning this proposal may be e-mailed to elizabeth.mcduffie@us.af.mil. All questions and answered will be posted on SAM.gov. Questions must be received no later than Friday, August, 12, 2022 at 5:00pm PST. Please include Notice ID - “Unaccompanied Housing Lease - Nellis AFB” in the subject line of your email.



11. Evaluation and Award Factors:



a. The offers for all three (3) requested apartment numbers of unfurnished two-bedroom, two-bathroom (or more bedrooms with the equal number of bathrooms apartment units, i.e. one bathroom for each bedroom) must comply with ALL the requirements included in this solicitation.



b. Each offer will be evaluated against the number of apartments in the offer, (e.g., all offers for 100 apartments; all offers for 110 apartments, all offers for 120 apartments).



c. The Government intends to issue a Lease to the responsible offeror whose offer represents the best value and advantageous to the Government.



d. The Government intends to make an award without conducting exchanges with vendors after the close of the solicitation. Therefore, vendors should provide their capability statements to the Government in their initial quote. However, the Government reserves the right to enter into exchange with all, some, or none of the offers at any time during the evaluation period if deemed in the best interest of the Government to do so.



12. Payment:



a. The initial monthly rental payment under this Lease shall become due on the first workday of the month following the month in which the occupancy of space is effective. As provided for by the lease, subsequent rent shall be paid in arrears, and will be due on the first workday of each successive month.



b. All payments by the Government under this Lease, shall be made by electronic funds transfer (EFT).



c. The Government shall make payment to the Lessor using the EFT information contained in the System for Award Management (SAM) database. In the event that the EFT information changes, the Lessor shall be responsible for providing the updated information to the SAM database. If the Lessor's EFT information in the SAM database is incorrect, then the Government need not make payment to the Lessor under this Lease until the correct EFT information is entered into the SAM database; and any invoice or Lease financing request shall be deemed not to be a proper invoice for the purpose of prompt payment under this Lease. The prompt payment terms of the Lease regarding notice of an improper invoice and delays in accrual of interest penalties apply.



d. To be eligible for this Lease agreement, offerors shall have a current registration and maintain an active registration for the term of the Lease in the SAM at https://www.sam.gov as of the date of award determination. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. Failure to have an active SAM registration may result in the offeror being deemed ineligible for Lease award. Lessors shall provide Commercial and Government Entity (CAGE) number at time of submitting a quote.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 5865 SWAAB BLVD
  • NELLIS AFB , NV 89191-7063
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >