Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
SOLICITATION NOTICE

X -- Lease of Office Space within Region 7

Notice Date
5/3/2021 10:01:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R7 FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
21-REG07_1TX2623
 
Response Due
6/7/2021 4:30:00 PM
 
Archive Date
06/22/2021
 
Point of Contact
Jeryl Dickens, Phone: 817-850-5527, Wendy Nevels, Phone: 817-978-0157
 
E-Mail Address
jeryl.dickens@gsa.gov, wendy.nevels@gsa.gov
(jeryl.dickens@gsa.gov, wendy.nevels@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 21-REG07 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: Corpus Christi State:� � � � � � � � � � Texas Delineated Area:� � � � � � � � Central Business District North: North Port Ave to Highway 181 to the Corpus Christi Bay South: Morgan Avenue East: Corpus Christi Bay West: Antelope Street to Leopard Street to Highway 286 Minimum ABOA Sq. Ft.: � � 932 Maximum ABOA Sq. Ft.:� � 932 Space Type:� � � � � � � � � � � Office Term*:� � � 17 years / 15 yeas 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:������ One (1) secured structured parking space reserved for a Government Owned Vehicle is required to be included in the lease.� � � � � � Space must be located in a prime commercial office district with attractive, prestigious surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Space should have no history of prior heavy industrial use and should not be located immediately adjacent to railroad tracks. Space shall be located in a professional office setting and not within close proximity to residential areas or busy intersections. Space should not be located near establishments where alcoholic beverages are sold or where there are tenants related to drug treatment or detention facilities. Space will not be considered where apartment space or other living quarters are located within the building. Space should not be located in the 100-year floodplain. Space should have amenities such as restaurants and shopping centers within immediate vicinity. Sites which are located directly on a highway or 6-lane thoroughfare shall not be considered in the following instances:� (1) if the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within a block; (2) if the location access is directly from a highway unless there is a traffic control device within two blocks or equivalent from the proposed office space. Locations must be as convenient to the visiting public as possible. Office space must be contiguous, located on one level without being split by a public corridor, and located on the ground floor.� Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or offsets that will result in an efficient use of space.� Columns must be at least 20 feet apart (Center to Center) and 20 feet from any interior wall and be no more than one foot square. The following space configurations will not be considered:� space with atriums or other interrupting contiguous space;�extremely long or narrow runs of space irregularly shaped space configurations or other unusual building features adversely affecting usage.����� Space shall be�in a modern quality building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum, or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer.�If not a new building, the space offered shall be in a building that has undergone, or will complete by occupancy, modernization, or adaptive reuse for the Space with modern conveniences. Offered space must meet, or be capable of being upgraded to meet, Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced. ����������������� Agency Tenant Improvement Allowance� � � � � � � Existing leased space: � � � $46.58 per ABOA SF Other locations offered:� � � $46.58 per ABOA SF Building Specific Amortized Capital (BSAC)� � � � Existing leased space:� � � � $� 6.00 per ABOA SF Other locations offered: � � � $12.00 per ABOA SF � 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-REG07.� 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. Primary Point of Contact Jeryl Dickens� jeryl.dickens@gsa.gov 817-850-5527 Secondary Point of Contact Wendy Nevels wendy.nevels@gsa.gov 817-978-0157
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b49db21da1a47aca429b959832a2935/view)
 
Place of Performance
Address: Corpus Christi, TX, USA
Country: USA
 
Record
SN05989691-F 20210505/210503230114 (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.