Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
SOURCES SOUGHT

X -- Lease Office Space within Region 4. RLP #20-REG04 - OFFICE SPACE

Notice Date
7/22/2020 10:25:06 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R4 ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
8AL2169
 
Response Due
8/7/2020 8:59:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
James Cunningham, Phone: 404-368-0335, Fax: 404-562-2747, Neil E. Montgomery, Phone: 4044769479, Fax: 4045622747
 
E-Mail Address
james.cunningham@gsa.gov, neil.montgomery@gsa.gov
(james.cunningham@gsa.gov, neil.montgomery@gsa.gov)
 
Description
This 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): City: Jackson State: AL������������������ �� Delineated Area:� North: Westpoint Dr at US Highway 43�� South: US Highway 177 East: Westpoint Dr to US Highway 177 (Industrial Bypass) West: US Highway 43 at Westpoint Drive ������������� ��������� Minimum ABOA Sq. Ft.:���� ������ 4,852 Maximum ABOA Sq. Ft.:��� ������ 5,095 Space Type:��������������������� ������ Office Term*:���������������������������������������� 15/13���������������� ������� *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements:���������������������� ��� �1.02 General Location Requirements The following criteria apply to all space considered by SSA: Space considered inefficient by the government will not be acceptable. Space should have no history of prior heavy industrial use such as large dry cleaning operations, gas stations, and industrial facilities. The space should not be located immediately adjacent to railroad tracks.� Buildings containing warehouse, residential, or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes shall not be acceptable. Space should not be located in a flood plain. Streets and public sidewalks must be well maintained.� To allow for visibility to the public, the government office space shall be located not more than the equivalent of � mile from a primary or secondary street serving the office.� The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access or which require multiple turns shall not be considered. Sites located directly on or near a roadway which presents a hazard to our customers will not be considered. Determinations of hazardous access will be made by SSA. Sites located on a high-traffic roadway or multi-lane thoroughfare must have traffic signals within two blocks to provide safe access. Buildings located near bars, nightclubs, and liquor stores will not be considered.� Locations near dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or smells detectable within the office space will not be considered. Section 2 Building Criteria SSA guidelines require standard office space consistent with the local market.� Space must comply with all applicable building codes and accessibility standards as defined in the Americans With Disabilities Act (ADA), the Architectural Barriers Act Accessibility Standard (ABAAS), and the Uniform Federal Accessibility Standards (UFAS). The primary entrance must be accessible for all persons with special needs, including wheel-chair access. All space must be located in one contiguous block on a single floor in the same building with the exception of the space allotted to the storage room and Interactive Video Training (IVT) room. Only these rooms, and their associated square footages, may be separated from the main office area by a public corridor as long as the space is located on the same floor. Offers that require additional space to be separated by a public corridor or require any space to be located on a separate floor will not be acceptable. Space can be located on any floor of a building that meets GSA leasing criteria and has handicapped accessible elevator service to the government office floor. If space offered is above the ground floor, a minimum of two accessible elevators must serve the proposed floor. One of the accessible elevators may be a freight elevator. In cases where multiple spaces are offered within the same building, the Government reserves the right to select the space(s) that will be acceptable and reject the others. Space must be asbestos-free, mold-free, and free of water intrusions. Any space offered with a history of asbestos, water intrusion, or mold growth will require additional evaluation by SSA�s Office of Environmental Health and Occupational Safety (OEHOS) before it can be solicited. Radon concentration in the air within the offered space shall be less than the EPA residential radon action level of 4 PicoCuries per liter. Lessor shall test for radon using EPA-approved methods and certify the results to the GSA Contracting Officer upon award. Co-tenants within the building shall be professional office environments.� Buildings with windows comprising 50 percent of the exterior perimeter walls are preferred. Section 3 General Design Requirements Space should allow for an efficient layout and office workflow. Space must provide maximum flexibility for systems furniture placement with few or no columns or other building or architectural obstructions. Space should have few curves or major offsets and must have large open areas to allow maximum design flexibility.� Architectural features should not cause an inefficient use of space. Space requiring ramps inside the office will not be acceptable. Any structural columns must be at least 20 feet from any interior wall and from each other (clear distance) and be no more than 2 feet square. SSA reserves the right to prepare test fit layouts prior to lease award to confirm the adequacy and layout efficiency of space offered. SSA will make determinations of what constitutes an efficient layout and office workflow. Awnings are required at all entrances as annotated on the Design Intent Drawings (DIDs). The Government may install Government-furnished, Government contractor-installed barrier wall product between the public facing front-end interviewing area and the Government employee area of the space. This product attaches to the ceiling grid and rests on the finished floor. The Government-provided DIDs will include hold to dimensions that must be adhered to in order for the barrier wall product to fit into the space. At the time of the submission of initial Construction Drawings (CDs), the lessor must return the attached Barrier Wall - Ceiling Height/Grid Type Guarantee form*. By signing and returning this form, the lessor assumes full responsibility for the accuracy of the hold to dimensions and measurements. If any of the barrier wall product cannot be installed as desired due to inaccuracy of the hold to dimensions, the lessor agrees to take full responsibility for any costs associated with product replacement. These costs include, but are not limited to, re-manufacturing and re-installation of the product or any changes to the design or construction necessary to maintain the hold to dimensions. The Government and its contractors will replace any product that is not manufactured to the specifications in accordance with the hold to dimensions. As an alternative to submitting the form and accepting responsibility of the hold to dimensions, the lessor may install the ceiling grid 60 calendar days prior to substantial completion so that the Government contractor can perform an on-site measurement. * See 12.01 Appendix A � Ceiling Height/Grid Type Guarantee Section 4 Parking and Public Transportation SSA requires sufficient general parking as specified by local code requirements. SSA requests that, due to budgetary costs, the cost of this parking be included as part of the rental consideration. In some instances, SSA will request parking for carpools, disabled employees, and in and out parking for employee use and for program purposes. All parking areas shall be asphalt or concrete. On-site parking areas shall be striped and/or repainted every five years. They shall be paved with a concrete curb and graded to provide adequate site drainage. The lot design must consider snow removal and snow storage requirements. The parking-to-square-foot ratio available on-site shall at least meet current local code requirements, or, in absence of a local code requirement, on-site parking shall be available at a ratio of 1 space for every 200 RSF of Government-demised area. Sufficient parking and access for disabled persons consistent with ADA must be available based on the needs of our customers. In those locations where on?site parking is not available, parking for the disabled must be located within the same block.� Determinations of sufficient parking and access will be made by SSA. When public transportation is available, passenger stops must be within two blocks of the space. In suburban areas, small communities, and areas of major cities where adequate public transportation and on?site parking is not available, secure vehicle parking facilities must be available at reasonable commercial rates for visitors and employees within a two-block radius of the space. Secure parking is defined as parking that meets Federal Protective Service guidelines and should be resolved before any lease is signed. �Reasonable Rates� will be determined by local pricing levels.� Restricted or metered parking of one hour or less within the two block area of the space does not meet SSA parking requirements. This is because many SSA contacts with the public cannot be completed within one hour. Section 5 Exterior Signage Signage must be provided as part of the lease costs to ensure the visiting public can easily locate SSA�s space. The size, color, and lettering shall be approved by GSA/SSA in conjunction with the lessor to ensure compliance with any site or building standard requirements. The Lessor shall provide, install, and maintain signage acceptable to the Contracting Officer, on the exterior of the building or on a monument sign. The sign shall read �SOCIAL SECURITY ADMINISTRATION.� The elevation drawings shall show the signage type and location. The Lessor in multi-tenant buildings, which will clearly identify the locations of the SSA office, will provide directories and lobby signs. 7.G. Plumbing/Restrooms Space must include a commercial grade plumbing system that meets code requirements for appropriate ventilation and must support separate restroom facilities for visitors and employees.� Restrooms must be ADA compliant. Single stall, male and female restrooms are to be provided in or adjacent to the reception area and should not exceed 64 square feet each. If it is determined that a third public restroom is necessary it will be a single stall unisex restroom. Restrooms servicing the public shall have automatic hand dryers. Additional male and female restrooms for office employees will be provided in an area accessible to building tenants only and must be located on the same floor as the government office. They shall be provided as building standard and not part of the net usable space. Floor drains in restrooms and mechanical spaces shall be of a type that replenishes the trap to prevent them from drying out and causing sewer gas odors in the space. Two (2) handicapped accessible water coolers shall be provided in the government space. Locations will be specified on floor plan provided after award. At least one will be located in the reception area. The potable water supply system (including piping, solder, and fixtures) shall meet the Environmental Protection Agency�s (EPA) definition of lead free and be manufactured in accordance with the National Sanitation Foundation/American National Standards Institute (NSF/ANSI) International, Standard 61. Agency Tenant Improvement Allowance������������� Existing leased space:������ ������ $ 47.75 per ABOA SF Other locations offered:����� ������ $ 47.75 per ABOA SF Building Specific Amortized Capital (BSAC)������� Existing leased space:������� ������ $ 12.00 per ABOA SF Other locations offered:������ ����� $ 12.00 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-REG04.� 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 (8 st/th 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-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 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-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://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/cb9c9e0766f54c1fbad44dd673f5d8d0/view)
 
Place of Performance
Address: Jackson, AL 36545, USA
Zip Code: 36545
Country: USA
 
Record
SN05730100-F 20200724/200722230148 (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.