Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2020 SAM #6758
SOURCES SOUGHT

X -- Lease of Office Space within Region 06. RLP #20-REG06 - OFFICE SPACE

Notice Date
5/29/2020 8:31:52 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R6 KANSAS CITY MO 64131 USA
 
ZIP Code
64131
 
Solicitation Number
20-REG06_8KS2115
 
Response Due
7/7/2020 12:00:00 AM
 
Archive Date
07/22/2020
 
Point of Contact
Kellie Nolan, Phone: 8162142743, Fax: 8168235446, Nick Freeman, Phone: 8168231999, Fax: 8168235446
 
E-Mail Address
kellie.nolan@gsa.gov, nick.freeman@gsa.gov
(kellie.nolan@gsa.gov, nick.freeman@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 20-REG06 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: Dodge City State: Kansas�� ����������������������� Delineated Area: City Limits of Dodge City, Kansas��������������� � Minimum ABOA Sq. Ft.: 5,000 sf���� ����� Maximum ABOA Sq. Ft.: 5,019 sf�� ������ Space Type: Office�������������������� ��������� Term*: 15 years, 13 years firm (8 year amortization period)� ������������������������������������������������������������������ *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: Office space must not be located within 1,000 feet of bars, nightclubs, liquor stores, dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or injurious odors detectable within the office space. Offered space must be located within 2 blocks of public transportation and within 1 mile of restaurants and shopping. Space offered must be located within the equivalent of two city blocks from a primary or secondary street. The route of travel from the primary or secondary street must be direct. Locations that have obscure or difficult access, as judged by the government, will not be considered. A minimum of 21 spaces are required for employee and customer parking located onsite, at the street level, or in commercial pay parking locations with rates at or below the city average of the city. Onsite and street parking must be available within two blocks of the proposed space. Restricted or metered parking of one hour or less within the two-block area of the space does not meet parking requirements. � Sites located directly on a highway or six-lane thoroughfare will not be considered if the office is not accessible from both directions of traffic, and traffic devices are not located to control left turning traffic. � Buildings containing warehouse, residential, or manufacturing facilities or buildings located in or within 1,000 feet of industrial or manufacturing zones or complexes will not be acceptable � Locations without T1 availability will not be considered � Buildings containing co-tenants considered inappropriate for the intended Government use of the building including, but not limited to, law firms representing SSA claimants and retail locations that sell alcohol, tobacco, firearms and explosives products and related paraphernalia will not be accepted. � Space must be contiguous. Space must be no more than twice as long as it is wide, it must have open areas where columns and other obstructions do not hinder the development of efficient space layouts and office workflow. � Columns must be at least 20 feet from any structural wall and from each other. Some deviance may be acceptable to the Government when at least 80% of the columns meet this requirement as judged by the Government. Columns must not be greater than 24 inches square in size. � The Government will not consider space containing interior ramps or steps � If upper level space is considered, elevator service must consist of a minimum of two accessible elevators serving the floor proposed for SSA. Both elevators must be directly accessible to the public and the SSA lobby. One of the accessible elevators may serve as a freight elevator. � The Government will provide Design Intent Drawings (DIDs) � All interview windows must be cleaned daily with non-ammonia (ammonia free) cleaner and cotton cloths as part of the operating costs. � The attachment labeled �Security Requirements-Facility Security Level II� applies to this procurement. All security systems are to be designed, installed, and maintained by the Lessor � A vestibule is required at the public entrance and at the employee entrance when entry to the SSA space is directly from the outside. The vestibules will be considered non-occupied building support space. � The government may require lessor to provide bollards and/or parking blocks at the customer entry to the building for enhanced security. ������������������� Agency Tenant Improvement Allowance������������� Existing leased space:������ ����������� $38.33 per ABOA SF Other locations offered:����� ����������� $38.33 per ABOA SF Building Specific Amortized Capital (BSAC)������� Existing leased space:������� ����������� $0.00 per ABOA SF Other locations offered:������ ����������� $15.00 per ABOA SF � HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at https://lop.gsa.gov/aaap, will enable interested parties to offer space for lease to the Federal Government in response to RLP 20-REG06. In addition, the Government will use its AAAP to satisfy the above space requirement. Note: Due to recent public health concerns surrounding COVID-19, GSA has modified Section 6.06 (Janitorial Services) of GSA Lease Form L-100_AAAP effective for all offers submitted on or after May 1, 2020. Note the increased level of responsibility for janitorial services and ensure your offer is priced accordingly. The Amendment, AAAP Amendment #1 (05.01.2020), can be found in the RLP Package on the AAAP website. Note: It is highly recommended that offerors start the SAM registration process ASAP. Refer to RLP Clause 3.06, Item 7. Note (if applicable): The Government intends to award a Lease to an Offeror of a Building that is in compliance with Seismic Standards. Section 2.03 of the Request for Lease Proposals (RLP) outlines compliance activities required for all leases in moderate or high seismic zones. To determine if your property lies in a moderate or high zone, please reference the map and documents on our website.� 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. (ET) unless otherwise stated by the Government and unless the 7th falls on a weekend or Federal Holiday. If the 7th falls on a weekend or Federal Holiday, the Open Period will end at 11:59 PM (ET) on the next business day. 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 advertisement is hereby incorporated into the RLP 20-REG06 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 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 advertisement and RLP 20-REG06 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://lop.gsa.gov/aaap. �* 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 FY20 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/178b2622eecb4bf9b441cbb30385cff0/view)
 
Place of Performance
Address: Dodge City, KS 67801, USA
Zip Code: 67801
Country: USA
 
Record
SN05675075-F 20200531/200529230151 (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.