Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOURCES SOUGHT

X -- Lease of Office Space within Region 03. RLP #17-REG03 - OFFICE SPACE

Notice Date
5/15/2017
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Real Estate Acquisition Division (47PD99), The Dow Building, 100 S Independence Mall West, 2nd Fl, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
17-REG03_6PA0239
 
Archive Date
6/22/2017
 
Point of Contact
Helene A. Pospischil, Phone: 2156061752, Eileen Marengo, Phone: 215-446-4526
 
E-Mail Address
helene.pospischil@gsa.gov, eileen.marengo@gsa.gov
(helene.pospischil@gsa.gov, eileen.marengo@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT seeks to lease the following office space through the Automated Advanced Acquisition Program (AAAP): State: Pennsylvania City: Lewistown Delineated Area: North: West 6th Steet to West 5th Street to North Grand Street to North Walnut Street to South Walnut Pannebaker Avenue. South: US Route 22 Business from Riverview Lane to South Main Street. East: Route 322/22/522 from South Main Street and Sunset Road to East Charles Street. West: Howard Avenue between West 6th Street and West 4th Street. Minimum ABOA Sq. Ft.: 4,457 Maximum ABOA Sq. Ft.: 5,367 Space Type: Office & Related Term: 10 years, 5 firm Agency Specific Requirements: - Sites which are located directly on a highway or six-lane thoroughfare shall not be considered if the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within one block or if the access is directly from the highway unless there is a traffic control device within two blocks or equivalent from the proposed office space. - Space offered shall be located within the equivalent of two city blocks from a primary or secondary street serving the office. The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access shall not be considered. - Street level space is preferred. - The space offered should be no more than twice as long as it is wide and should have open areas where columns and other obstructions do not hinder the development of efficient space layouts, the use of modular furniture and office work flow. - Space configuration shall allow for a separate accessible employee entrance which provides access to the space without going through the public reception area. - Contiguous space on one floor is required. - Space requiring ramps due to uneven floor levels inside the offered space will not be considered. - Column perimeters shall be at least 20’ from any wall and from each other and shall be no more than 2’ square. - There shall be no load-bearing walls. - Where space is located above street level, elevator service shall consist of a minimum of two accessible elevators which serve the floor proposed for the Government. One of the accessible elevators may serve as a freight elevator, provided that the public route of travel does not require access to the employee’s space. - Onsite parking is preferred. If onsite parking is unavailable, public and commercial parking at reasonable rates shall be available within the equivalent of two city blocks of the proposed space. Furthermore, if onsite parking is unavailable, the lessor will be required to specify location of parking in relationship to the space offered and confirm availability throughout the entire day. Restricted or metered parking of one hour or less within the two block area of the space does not meet parking requirements. - Parking for the handicapped shall be located within the same block. Where onsite parking for the handicapped is not available, a loading/unloading zone shall be provided directly outside the building entrance. - If public transportation is provided by the municipality within the “Area of Consideration,” then it shall be available within the equivalent of two city blocks of the proposed space. The public transportation must service this location on an hourly basis (minimum) from 7:00 a.m. to 6:00 p.m., except Saturdays, Sundays, and federal holidays. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at https://aaap.gsa.gov, will enable interested parties to offer space for lease to the Federal Government in response to RLP 17-REG03. In addition, the Government will use its AAAP to satisfy the above space requirement. Interested parties must go to the AAAP website, select the “Register to Offer Space” link and follow the instructions to register. Instructional guides and video tutorials are offered on the AAAP homepage and in the “HELP” tab on the AAAP website. Once registered, interested parties may enter offers during any “Open Period”. The Open Period is the 1st through the 7th of each month, ending at 11:59 p.m. EST. Offers can not be submitted during the Closed Period (8th through the end of each month) and will not be considered for projects executed during that time period. Lease award will be made to the lowest price, technically acceptable offer, without negotiations, based upon the RLP requirements package found on the AAAP website. During the Open Period, offerors will be permitted to submit new offers or modify existing offers. Offerors can draft an offer at any time; however, you can only submit an offer during the Open Period. The offered space must comply with RLP 17-REG03 and must meet Federal Government, State, and Local jurisdiction requirements, including requirements for fire and life safety, security, accessibility, seismic, energy, and sustainability standards in accordance with the terms of the Lease. All documents can be found at https://aaap.gsa.gov. * If you have previously submitted an offer in FY 2016, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2017 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY17 AAAP RLP Package and each page within the AAAP Application prior to submitting your offer as some of the questions have changed. You must re-enter your space and rates on the ‘Space and Rates’ tab in the AAAP. Your previous offered space will not be copied.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRW/17-REG03_6PA0239/listing.html)
 
Place of Performance
Address: Lewistown, Pennsylvania, 17044, United States
Zip Code: 17044
 
Record
SN04509353-W 20170517/170515235505-f3ae01dc6523d2c21f30c5ebdc89733d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.