Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
AWARD

X -- New Award for 19-REG04_8FL2472

Notice Date
2/3/2020 6:41:13 AM
 
Notice Type
Award Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R4 ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
19-REG04_8FL2472
 
Archive Date
02/15/2020
 
Point of Contact
Mark Saunderson, Phone: 9542338383, Danilo J. Galan, Phone: 9542339249
 
E-Mail Address
mark.saunderson@gsa.gov, danilo.galan@gsa.gov
(mark.saunderson@gsa.gov, danilo.galan@gsa.gov)
 
Award Number
GS-04P-LFL01326
 
Award Date
01/31/2020
 
Awardee
M&B PROPERTIES 38250 FL USA
 
Award Amount
1355598.90
 
Description
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: Lakeland�������������������������� State: FL Delineated Area: North: E. Memorial Dr.; South: Edgewood Dr.; East: Lake Parker Ave onto Hollingsworth Rd., onto Lake Hollingsworth Dr., onto Cleveland Heights Blvd; West: Harden onto Sikes Blvd Minimum ABOA Sq. Ft.: 4,227 Maximum ABOA Sq. Ft.: 4,227 Space Type: Office Term*: 10 year/8 year 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: Public contact functions should be located on the first floor, wherever possible, and must be physically separated from other IRS employee office space.� Adjacency between these groups (below) is desirable. Perimeter security controls (access control card readers, etc.) will be provided by IRS to prevent taxpayers and other members of the public from entering IRS employee office space.� Public contact functions include: Taxpayer Assistance Center (TAC) Interview Rooms Tax Compliance Officers (TCOs) Public Transportation: A commuter rail, light rail or subway station shall be located within the immediate vicinity of the building, but generally not exceeding a walkable � mile, as determined by the contracting officer.� Alternatively, two or more public or campus bus lines useable by tenant occupants shall be located within the immediate vicinity of the building, but generally not exceeding a walkable � mile, as determined by the contracting officer. Public parking must be available for TAC visitors (taxpayers).� Three visitor parking spaces should be available for each Taxpayer Assistor position within one block of the office location.� A total of 20 visitor parking spaces are needed for this office. Space Configuration.� Contiguous, above-ground space. �������������������������������������������� YOU MUST INCLUDE ALL AGENCY GO/NO-GO CRITERIA THAT WILL BE USED TO EVALUATE AND ELIMINATE OFFERS THAT ARE NOT ALREADY INCLUDED IN AND REQUIRED BY THE AAAP RLP PACKAGE. Agency Tenant Improvement Allowance:������������ Existing leased space:����������� � $31.60 per ABOA SF Other locations offered:����������� $41.60 per ABOA SF YOU MUST STATE THE TIA TO BE USED IN THE PVA.� USE OF A LOWER TIA FOR EXISTING LEASED SPACE MUST BE SUPPORTABLE, WITH THE LOWER TIA REFLECTED IN THE AGENCY�S OA, AND, IF APPLICABLE, THE AWARDED LEASE.� IF THIS IS A NEW REQUIREMENT, INSERT �N/A� UNDER EXISTING LEASED SPACE. Building Specific Amortized Capital (BSAC)������� Existing leased space:����������� � $10.00 per ABOA SF Other locations offered:������ ����� $15.00 per ABOA SF YOU MUST STATE THE BSAC TO BE USED IN THE PVA.IF ACTUAL BSAC AMOUNT IS UNKNOWN, USE THE FOLLOWING PLACEHOLDERS: LEVL II: $12/ABOA SF, LEVEL III: $25/ABOA SF, LVEL IV: $35/ABOA SF.� IF THIS IS A NEW REQUIREMENT, INSERT �N/A� UNDER EXISTING LEASED SPACE. 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_8FL2472.� 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_8FL2472 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, 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
SAM.gov Permalink
(https://beta.sam.gov/opp/bd4da91a0ecc4e9593411439d5bbcf7b/view)
 
Place of Performance
Address: Lakeland, FL 33803, USA
Zip Code: 33803
Country: USA
 
Record
SN05549571-F 20200205/200203230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.