SOLICITATION NOTICE
X -- Lease of Office Space within Region 11. Request for Lease Proposals (RLP) #21-REG11 - OFFICE SPACE
- Notice Date
- 11/18/2020 11:11:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R3 OFFICE OF LEASING PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- 21-REG11_7MD2353
- Response Due
- 1/7/2021 2:00:00 PM
- Archive Date
- 01/22/2021
- Point of Contact
- Dominic Innaurato, Phone: 2154464532, Fax: 2152090503
- E-Mail Address
-
dominic.innaurato@gsa.gov
(dominic.innaurato@gsa.gov)
- Description
- This advertisement is hereby incorporated into the RLP 21-REG11 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): Delineated Area: Suburban Maryland, Northern Virginia, District of Columbia being further defined as Counties: Montgomery County, MD; Prince George�s County, MD; Fairfax County, VA; Loudoun County, VA; Arlington County, VA; Prince William County, VA.� Independent Cities: Alexandria, VA; Fairfax, VA; Falls Church, VA; Manassas, VA; Manassas Park, VA.� Other: District of Columbia (DC). Minimum ABOA Sq. Ft.: 151,500 Maximum ABOA Sq. Ft.: 159,000� Parking:� 24 Onsite Reserved Spaces for the exclusive use of the Government Space Type:� Office and Related Space Term*:� 17 Years, 15 Years Firm Amortization Term:� 8 years for both Tenant Improvements�and Building Specific Amortized Capital *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: Majority of total offered space must be on contiguous floors, however, the Government may consider an alternative for approximately 5,000 SF on the 1st floor, with the remaining SF on contiguous floors elsewhere in the offered space.� � �� Column size must not exceed two (2�) feet square and space between columns and/or walls throughout the offered space shall be predominantly no less than 20 feet.� A commuter rail, light rail, subway station or public bus shall be located within a walkable 2,640 feet of the offered space. If only a public bus is available, the bus schedule shall provide services at a minimum, Monday through Friday within a half hour during peak non-holiday times (+/- 10 minutes) 6:00-9:30 AM and 3:00-6:30 PM EST and hourly between 9:30 AM and 3:00 PM EST.� Approximately 10,500 ABOA SF (non-contiguous) requires a minimum ceiling height of 9� A.F.F, comprising four areas (5,000 SF; 4,000 SF; 870 SF; 700 SF). All elevators servicing offered space on a full floor must have the capability to lock out floors. Approximately 5,600 ABOAF SF (non-contiguous) requires a minimum floor load of 150 lbs/SF, and approximately 30,000 ABOA SF (non-contiguous) requires a minimum floor load of 250 lbs/SF. Prior to award, offeror shall provide a test-fit to determine efficiency of space layout.� See AAAP RLP Paragraph 2.01 Efficiency of Layout. Agency Tenant Improvement Allowance� � � � � � � Existing leased space: � � � $58.95 per ABOA SF � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Other locations offered:� � � $58.95 per ABOA SF� Building Specific Amortized Capital (BSAC)� � � � Existing leased space:� � � � $14.88 per ABOA SF � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Other locations offered: � � � $14.88 per ABOA SF The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance above by approximately $110.00 per ABOA SF. The Government will use the TI Allowance as stated above in evaluating the TI rent component of offers; however, this does not preclude the Government from consideration of move-related replications costs in the evaluation, as outlined under the RLP paragraph �Present Value Price Evaluation.�� The disclosure of this anticipated overage is not intended to be construed as an estimate of move-related replications costs. Also, it is not intended to serve as either an accurate estimate or an agreement by the Government as to the final pricing of the TI work, nor is it a commitment by the Government as to the level of TI work that eventually will be required. This disclosure is only intended to assist Offerors in understanding their potential obligation with respect to financing the full amount of Tenant improvements, as outlined under the Lease Paragraph �Tenant Improvement Rental Adjustment"". This is a prospectus level project subject to limitations as outlined in Paragraph 3.05, Prospectus Lease (AAAP Variation (Oct 2017)) of RLP 21-REG11. IMPORTANT NOTES:� Offerors are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B In addition, offerors are advised to familiarize themselves with the AAAP FY21 Request for Lease Proposals and AAAP Lease updates resulting from COVID-19, which calls for increased janitorial services. Offerors are advised that all Shell work associated with delivering the Tenant Improvements are at the Lessor�s cost.� Please refer to Section 3�(Construction Standards and Shell Components)�and specifically to Paragraph 3.07�(Building Shell Requirements)�of the�AAAP RLP Attachment #2 titled ""Lease Contract"" (GSA�Form L100_AAAP ) for more detail.� Tenant Improvement Components are detailed under Section 5 of the� AAAP RLP Attachment�#2 titled ""Lease Contract"" (GSA�Form L100_AAAP) .� � It is highly recommended that offerors start the SAM registration process directly following the offer submission.� Refer to RLP Clause 3.06, Item 7. (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.�� 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 21-REG11.� In addition, the Government will use its AAAP to satisfy the above space requirement.� Offerors 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�. For technical assistance with AAAP, email LOP.help@gsa.gov.� The Open Period is the 1st through the 7th of each month, ending at 7:30 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 7:30 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 and will not be considered for projects executed during that time period. 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 the RLP 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 2020, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2021 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY21 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/7b8bebe35b624f78be04f19d8dfb08b3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05855843-F 20201120/201118230143 (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 |