Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
MODIFICATION

X -- Lease of Office Space within Region 4, RLP 20 8NC2175 -REG04-OFFICE

Notice Date
11/7/2019
 
Notice Type
Modification/Amendment
 
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
19REG048NC2175
 
Point of Contact
Desi D. Clinton, Phone: (404)562-0640, Kenneth Day, Phone: 404-562-7716
 
E-Mail Address
desi.clinton@gsa.gov, kenneth.day@gsa.gov
(desi.clinton@gsa.gov, kenneth.day@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This FBO advertisement is hereby incorporated into the RLP 20-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): ANY CHANGES TO THE INFORMATION ENTERED BELOW AFTER POSTING MUST BE RE-ADVERTISED AND THE MARKET MUST BE GIVEN ANOTHER OPEN PERIOD TO RESPOND. City: Greensboro State: NC Minimum ABOA Sq. Ft.:2,480 Maximum ABOA Sq. Ft.:2,500 Space Type: Office Term*: Firm 15/13. However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements *Agency Unique Requirements: The United States Government, Department of Homeland Security, Immigration and Customs Enforcement, ERO (Enforcement and Removal Operations) seeks to lease Class A office space consisting of approximately 2,668 - 2,852 rentable square feet in the Greensboro, NC metropolitan area. The space should yield between 2,480 and 2,500 ANSI/BOMA usable square feet. Space will be utilized for law enforcement, and offerings may be eliminated that are located within 1,000 lineal feet of schools, daycare centers, residential zoning/concentration, hotels, or areas of high civilian activity or vulnerability. This offered facility must be considered professional and modern construction, and the site must be located in a professional Class "A" setting. The site shall be easily accessible by main thoroughfare but inconspicuous or discreet to public and traffic. Preference will be given to locations that are within short driving distance to concessions and other professional business offerings. Ground floor space is preferred. The following special requirements will apply for this solicitation (1) If offering is a multi-floor building, a minimum of 210 sf ground floor space is necessary for detainee processing. (2) Proposed building and site layout must have the ability to provide or construct an enclosed, secure "sally port", used for detainee transportation. Sally port must have dedicated entrance into ground floor space (mentioned in item 1), and must be able to accommodate 50' bus with adequate entrance/exit and turn radius. (3) If offering is a multi-tenant building, a dedicated elevator is required for agency use. (4) Space must be in contiguous layout, and on contiguous floors if offering is multi-floor. (5) A minimum of 20' setback measured from building facade to any point of vehicular access is required and shall have the ability to secure with physical restraints such as bollards, fences, or walls. A minimum of nine (9) secure parking spaces, surface or structured, must be available on-site and directly accessible to the government controlled space. The proposed space must be located within the following delineated area: WEST: S. Holden Rd/ between W. Florida St. and W. Meadowview Rd. EAST: High Point Rd. between W. Florida St. and W. Meadowview Rd. NORTH: W. Florida St. between S. Holden Rd. and High Point Rd. SOUTH: W. Meadowview Rd. between S.Holden Rd. and High Point Rd The proposed lease is for fifteen (15) years, thirteen (13) years firm, and should be fully serviced. Space must be ready for occupancy no later than June 2020. The offered space must meet Government requirements for Fire and Life Safety and Handicapped Accessibility and cannot be located in a flood plain. Consideration shall be based on the area profile, location, and proposed security precautions if the location would be utilized. No subleases will be considered. Proposals from brokers or agents should be accompanied by evidence of their authorization to represent the ownership. Expressions of interest should include building names and address, or if new construction, the site location Agency Tenant Improvement Allowance: Existing leased space: $38.79 per ABOA SF Other locations offered: $38.79 per ABOA SF Building Specific Amortized Capital (BSAC) Existing leased space: $35.00 per ABOA SF Other locations offered: $35.00 per 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 20-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". 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 (1st/7th) 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 20-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 20-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 2019, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2020 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/19REG048NC2175/listing.html)
 
Place of Performance
Address: Greensboro NC, Greensboro, North Carolina, United States
 
Record
SN05492349-W 20191109/191107230948-5603c99f69ea817631f2044aa4761889 (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  © 1994-2020, Loren Data Corp.