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, 2018 FBO #6162
SOLICITATION NOTICE

X -- 19-REG04_7FL2399 - Package #1

Notice Date
10/5/2018
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R4 Leasing Division (47PE99), 77 Forsyth Street, SW, Atlanta, Georgia, 30303-3427, United States
 
ZIP Code
30303-3427
 
Solicitation Number
19-REG04_7FL2399
 
Archive Date
11/22/2018
 
Point of Contact
Micah Parsons, Phone: 954-702-0600
 
E-Mail Address
micah.parsons@gsa.gov
(micah.parsons@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
AAAP FBO AD Ceiling Electrical Notice Type: Sources Sought Solicitation #: 19-REG04_7FL2399 Title: Lease of Office Space within Region 4. RLP #19-REG04 - OFFICE SPACE Classification Code: X - Lease of rental facilities NAICS Code: 531120-- Lessors of Nonresidential Buildings (except Miniwarehouses) ARRA: No Response Date: 11/07/2018 11:59 PM Eastern Primary POC: Micah Parsons Secondary POC: Danilo Galan ENTER THE BELOW TEXT INTO THE SYNOPSIS/SUMMARY SECTION: This FBO advertisement is hereby incorporated into the RLP 19-REG04 by way of reference as an RLP attachment. U.S. GOVERNMENT seeks to lease the following office space through the Automated Advanced Acquisition Program (AAAP): City: Fort Lauderdale State: Florida Delineated Area: North: West Atlantic Boulevard (US-814); South: A1A/Marina Mile Boulevard (US-84); East: A1A; West: North State Road 7 (US-441) Minimum ABOA Sq. Ft.: 12,735 Maximum ABOA Sq. Ft.: 12,735 Space Type: Office Term*: 15 years, 13 years firm SELECT THE SPECIFIC LEASE TERM (17/15 YEARS FIRM, 15/13 YEAR FIRM, 10/8 YEARS FIRM) * However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: Security Level: •· Must meet or be able to meet Security Level 2 requirements Visitors: •· The space will be used by a public-facing federal agency with a projected 450 visitors per day. This number is only an approximation and the actual number may be higher or lower. Parking: •· On-site or within 2 walkable blocks a minimum parking ratio of 5 parking spaces per 1,000 rentable square feet for exclusive use by the Government. •· ADA compliant parking must be provided either on-site or on the same block and must have a handicapped accessible route to the main entrance of the offered space. •· Public parking by the day for 45 employees must be available within 5 blocks of the offered space. •· All parking must be asphalt or concrete. Public transportation: •· Public transportation with a stop located no more than a walkable ¼ mile from the offered space Signage: •· On-site exterior signage with the name of the agency either on the building or a monument sign. Configuration: •· Contiguous block of space on one floor. •· Efficient building layout with column spacing of at least 20 feet. Elevators: •· Offered space may be located on any floor on or above ground level. If the offered space is not located on the ground floor then there must be at least two elevators available for use by the Government and its visitors in common with all other building tenants. At least 1 of the elevators must be ADA compliant. Restrooms: •· Offered space must have or be capable of being build-out with single stall ADA compliant male and female restrooms off of the Government's reception area. •· Male and female restrooms for use by building tenants must be located on the same floor as the offered space Agency Tenant Improvement Allowance: Existing leased space: $32.066 per ABOA Other locations offered: $42.066 per ABOA *YOU MUST STATE THE BSAC TO BE USED IN THE PVA.IF ACTUAL BSAC AMOUNT IS UNKNOWN, USE THE FOLLOWING PLACEHOLDERS: LEVEL II: $12/ABOA SF 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 19-REG04. 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". NOTE : OFFERORS MUST BE ALLOWED A MINIMUM OF 20 CALENDAR DAYS TO RESPOND WITH AN OFFER TO A PROJECT-SPECIFIC ADVERTISEMENT. THEREFORE, IT MAY BE NECESSARY TO ALLOW FOR TWO OPEN PERIODS. THE "RESPONSE DATE" ENTERED UNDER THE FBO POSTING MUST REFLECT THE LAST DAY OF THE OPEN PERIOD THAT CORRESPONDS TO THE 20 DAY MINIMUM AS OUTLINED ABOVE. IF AN ADDITIONAL OPEN PERIOD IS REQUIRED, LCOS MUST UPDATE THE FBO "RESPONSE DATE" ACCORDINGLY. The Open Period is the 1st through the 7th of each month, 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 during the Closed Period (8th through the end of each month) and will not be considered for projects executed during that time period. This FBO advertisement is hereby incorporated into the RLP 19-REG04 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 requirements in this FBO advertisement and in the RLP requirements package found on the AAAP website. During an 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 the requirements in this FBO advertisement and RLP 19-REG04 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. The Lease and all documents that constitute the Lease package can be found at https://aaap.gsa.gov. * If you have previously submitted an offer in FY 2018, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2019 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY19 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/4PE/19-REG04_7FL2399/listing.html)
 
Place of Performance
Address: Fort Lauderdale, FL, United States
 
Record
SN05117262-W 20181007/181005230428-51ea93b5b6afa01c70da870c866101c1 (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.