Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2021 SAM #7021
SOLICITATION NOTICE

X -- Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #21- REG03 - OFFICE SPACE

Notice Date
2/16/2021 7:51:41 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-REG03_9MD2420
 
Response Due
3/8/2021 4:30:00 PM
 
Archive Date
03/23/2021
 
Point of Contact
Kunthea Konesavanh, Phone: 2679094628, Brian Pace, Phone: 2154464686
 
E-Mail Address
Thea.Konesavanh@gsa.gov, brian.pace@gsa.gov
(Thea.Konesavanh@gsa.gov, brian.pace@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 21-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: Linthicum Heights State:�� Maryland���������������� ������ Delineated Area:���� Starting at the intersection of Route 1 (Washington Blvd) and Route 100, travel: Southeast on Route 100 North on I-97� Northwest on I-695 South on Hammonds Ferry Rd Southwest on W. Nursery Rd Southwest on River Rd West on Furnace Ave North on Route I-195 West on Route I-895 Southwest on Route 1 (Washington Blvd) Ending back at the intersection of Route 1 (Washington Blvd) and Route 100. Minimum ABOA Sq. Ft.: 28,576��� ��������� Maximum ABOA Sq. Ft.:��� 29,433��������� Space Type:���� Office space���������������� � Term*:����� 15 years / 13 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:��������� 1. If space is located above the first floor, 28,376 ABOA SF shall be contiguous on consecutive floors and located over a maximum of two (2) floors. An additional 200 ABOA SF must be located in a noncontiguous block of space on the first floor near the loading dock or acceptable alternative loading area. 2. If space is located on the first floor, 28,376 ABOA SF shall be contiguous on consecutive floors and located over a maximum of two (2) floors. Depending on the location of the loading dock or acceptable alternative loading area, the additional 200 ABOA SF may either be included in the 28,576 ABOA SF, or non-contiguous near the loading dock or acceptable alternative loading area. 3. Regular access to a freight elevator (if offered space is above the first floor) and loading dock or acceptable alternative loading area is required. A passenger elevator can be used as a freight elevator if that is standard operating procedure in a building. 4. Space offered above the first floor shall have a minimum of two (2) operational passenger elevators servicing offered floors. All elevators servicing offered space on full floors shall have the capability to lock out full floors. 5. �Must not be in the same building or within 1,000 ft. of a correction facility, parole office, marijuana dispensary, methadone clinic, or the like. 6. 20 secured reserved surface parking spaces for Government vehicles shall be located on site. Must have a minimum of two egress points from the parking area. 7.� Prior to lease award, offeror shall be required to 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:������ ������� $__N/A_per ABOA SF Other locations offered:����� ������� $_99.35* per ABOA SF Building Specific Amortized Capital (BSAC)������� Existing leased space:������� ������ $__N/A_per ABOA SF Other locations offered:������ ������ $__25__per ABOA SF �* The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $59.28 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 RLP 21-REG03 Paragraph 4.04 �Present Value Price Evaluation (AAAP Variation).� The disclosure of this potential 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 1.06 �Tenant Improvement Rental Adjustment (AAAP Variation). 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-REG03.� 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/b8e087ce79814377b4dde55bf137cf19/view)
 
Place of Performance
Address: Linthicum Heights, MD, USA
Country: USA
 
Record
SN05917706-F 20210218/210216230107 (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.