Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2017 FBO #5797
SOURCES SOUGHT

X -- Seeking 4316-4668 SF office space in New Castle, PA - Project Specific Ad

Notice Date
10/5/2017
 
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
4PA0375-R
 
Archive Date
11/22/2017
 
Point of Contact
Bridget C Ginty, Phone: (215) 446-5020, Alexis Cragle, Phone: (215) 446-5862
 
E-Mail Address
bridget.ginty@gsa.gov, alexis.cragle@gsa.gov
(bridget.ginty@gsa.gov, alexis.cragle@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Word document U.S. GOVERNMENT seeks to lease the following office space through the Automated Advanced Acquisition Program (AAAP): State: Pennsylvania City: New Castle Delineated Area (REVISED): Starting at 422 and Interstate 376; travel north on 376 to Mitchell Road; travel east to Mercer Road; travel south to E Maitland Lane; travel east to Route 168; travel south on Route 168 to Cascade Street to Business Route 422 to 422; travel west on 422 until ending at the starting point of Interstate 376. Minimum ABOA Sq. Ft.: 4,316 Maximum ABOA Sq. Ft.: 4,668 Space Type: Office Term: Up to 15 years Agency Specific Requirements: - Eight (8) on-site, reserved parking spaces - All space shall be contiguous and preferably on the second floor or higher. Space on the first floor shall be considered only when no other space is available or if deemed appropriate by the agency. Additional security requirements shall be required of the first floor space or if the agency is the sole tenant. - Proposed facility shall not be located near Public Defenders, Immigration and Customs Enforcement, Probation Offices or other businesses or facilities deemed unacceptable by the agency's security unit. This requirement may be waived by the agency if no other facility is deemed acceptable. - Proposed facility shall not be located in the immediate vicinity of any facilities identified by the Interagency Security Committee (ISC) as "hazardous materials transportation/storage facilities." Examples of hazardous locations include facilities with potential environmental threats, such as fuel storage areas, gas stations, chemical manufacturing facilities, etc., as well as railroad lines transporting hazardous material. It is preferred that the proposed facility not be located near a low risk facility. Examples of "low risk facilities" include day care centers, schools, hospitals and religious/rehabilitation/social service centers. Agency Tenant Improvement Allowance: $52.66 per ABOA SF 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 18-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 Periods for this project are October 3rd through 23rd and November 1st through 7th, 2017, ending at 11:59 p.m. EST. Refer to AAAP RLP paragraph 3.02.A for more details on the offer submission process. The Government reserves the right to allow for multiple Open Periods prior to selecting an offer for award to meet this specific space requirement. Offers cannot be submitted outside of an Open Period and will not be considered for projects executed during that time period. This FBO advertisement is hereby incorporated into the RLP 18-REG03 by way of reference as an RLP attachment. 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 18-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 2017, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2018 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY18 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/4PA0375-R/listing.html)
 
Record
SN04707020-W 20171007/171005230912-7a3ba7d1ce010961fbb27e648bd70699 (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.