Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2020 SAM #6777
SOURCES SOUGHT

99 -- Lease of office space within Region 3. RLP #20-REG03 - OFFICE SPACE - 20-REG03_9PA2312

Notice Date
6/17/2020 9:04:54 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R3 OFFICE OF LEASING PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
9PA2312
 
Response Due
7/7/2020 8:59:00 PM
 
Archive Date
07/22/2020
 
Point of Contact
Susan Geiger, Phone: 215-446-4496, Brian Pace
 
E-Mail Address
susan.geiger@gsa.gov, brian.pace@gsa.gov
(susan.geiger@gsa.gov, brian.pace@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 20-REG03 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:� King of Prussia and vicinity State:� PA����������������� �� Delineated Area:� Starting at Route 422 and the Schuylkill River, head east on the Schuylkill River, east on the PA Turnpike (I-276), southeast on Ridge Pike, south on W. North Lane, continuing south on E. North Lane, east on E. Hector St, south on Spring Mill Creek, southeast on the Schuylkill River, southwest on Sawmill Run, southwest on N Spring Mill Rd, north on Conshohocken State Rd, west on the Schuylkill Expressway (I-76), southwest on Gypsy Ln, southwest on Hollow Rd, south on King of Prussia Rd, west on Upper Gulph Rd, west on Conestoga Rd, north on N. Valley Forge Rd, west on Swedesford Rd/Route 252, continuing west on Swedesford Rd, northeast on Duportail Rd, north on Mill Rd, east on the PA Turnpike (I-76), and north on Route 422 to the beginning.����� Minimum ABOA Sq. Ft.:� 32,386�� �������� Maximum ABOA Sq. Ft.:� 34,005� �������� Space Type:��� Office����������������� ��������� Term*:�� 10 years, 8 years firm������������������������������������������������������ ������ *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements:��������� If space is located above the first floor, 32,286 ABOA SF shall be contiguous on consecutive floors and located over a maximum of two (2) floors. An additional 100 ABOA SF must be in a non-contiguous block of space on the first floor near the loading dock or an acceptable alternative loading area. This non-contiguous block of space shall have capability for reinforced walls.� If space is located on the first floor, 32,386 ABOA SF shall be contiguous on consecutive floors and located over a maximum of two (2) floors.� Depending on the location of the acceptable loading area, the 100 ABOA SF may either be included in the 32,386 ABOA SF or non-contiguous near the acceptable loading area.� The 100 SF shall have the capability for reinforced walls.� Prior to lease award, offeror may be required to provide a test-fit to determine efficiency of space layout.�� Five (5) onsite, reserved parking spaces must be included in the Lease. � No parking may be located underneath the building.� Space offered above the first floor must have a minimum of two (2) operational passenger elevators serving offered floors.� All elevators serving offered space on full floors shall have the capability to lock out full floors. �One of the elevators shall have the ability to be used as a freight elevator as needed by the Government.� Regular access to a loading dock or acceptable alternative loading area is required. Agency will have the ability to install a generator a minimum of 25 feet from the building with an eight (8) foot lockable, security fence. Ceiling height minimum is nine (9) feet with the ability to design up to ten (10) feet as deemed necessary by the Government. Space must be within 1.5 miles of adequate eating facilities. Buildings located in the 100 year floodplain shall not be considered. There shall be no disruption to agency space operations. If existing space is being offered, then Lessor must provide swing space.� ���������� Agency Tenant Improvement Allowance������������� Existing leased space:������ ���� $52.66 per ABOA SF Other locations offered:����� ������ $52.66 per ABOA SF Building Specific Amortized Capital (BSAC)������� ���������� Existing leased space:������� ����� $25.00 per ABOA SF Other locations offered:������ ����� $25.00 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-REG03.� 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-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 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-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.� 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/31e42d06b1ba4affaf2aa9f9a06e511a/view)
 
Place of Performance
Address: King of Prussia, PA, USA
Country: USA
 
Record
SN05694886-F 20200619/200617230201 (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.