Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
MODIFICATION

X -- Lease of Office Space within Region 1. RLP #17-REG01 - OFFICE SPACE

Notice Date
6/5/2017
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R1 Leasing Division (47PB99), 10 Causeway St., Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
17-REG01__4MA0167
 
Point of Contact
Lori Melchin, Phone: 617-565-5711, Kathleen McCauley, Phone: 617 565 2056
 
E-Mail Address
lori.melchin@gsa.gov, kathleen.mccauley@gsa.gov
(lori.melchin@gsa.gov, kathleen.mccauley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Massachusetts City: Boston Delineated Area: NORTH: Causeway Street to North Washington changing into Cross Street EAST: Cross Street changing into Atlantic ending at South Station SOUTH: South Station to Summer Street to Winter Street ending at Tremont WEST: Tremont Street to Cambridge Street to Staniford Street to Causeway Minimum Sq. Ft. (ABOA): 23,187 Maximum Sq. Ft. (ABOA): 24,346 Space Type: Office Parking Spaces (Total): 2 Full Term: 10 Years Firm Term: 5 Years Additional Requirements: · If Offeror can not meet the full floor plate of 23,187, Agency Space must have a contiguous floor plate of a minimum 22,247 usf. Agency has authorized the use of 940 usf on a separate floor if necessary · If the current Lessor desires to participate as an Offeror in the new lease requirement, and further to propose the leased space where the agency is currently located, then swing space shall be required to avoid any impact and/or disruption to the tenant agency’s business operations. Specifications and requirements for the swing space will be provided within the RLP. · Space located above the 1st floor must be serviced by a minimum of two (2) passenger elevators. · Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. · The space must be capable of meeting the Agency’s security requirements. · Space shall be located within a prime commercial district within the determined delineated area stated above, with attractive and prestigious, professional surroundings with a prevalence of modern design and or tasteful rehabilitation in modern use. · Building must have sufficient public parking within ½ mile walking distance · Building must be within ½ mile walking distance of public transportation. · A fully serviced lease is required. Action : Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action. 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-Reg01. 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 for July is July 1, 2017 to July 7, 2017, ending at 11:59 p.m. EST. 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-Reg01 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PLRI/17-REG01__4MA0167/listing.html)
 
Place of Performance
Address: Boston, Massachusetts, United States
 
Record
SN04532379-W 20170607/170605234748-3fe2ec5f25dc6897cca1aceced57b67a (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.