Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOURCES SOUGHT

X -- Lease of Office Space within Region 4. Request for Lease Proposal (RLP) #21-REG04 - Office Space

Notice Date
5/4/2021 5:54:42 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
21-REG04-8SC2178
 
Response Due
5/7/2021 4:30:00 PM
 
Archive Date
05/22/2021
 
Point of Contact
Michelle Head, Phone: 4044761468, Kenneth Day, Phone: 4045627716
 
E-Mail Address
michelle.head@gsa.gov, kenneth.day@gsa.gov
(michelle.head@gsa.gov, kenneth.day@gsa.gov)
 
Description
This Beta.SAM advertisement is hereby incorporated into the RLP 21-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: Charleston State: South Carolina������������������ �������� Delineated Area:�� POINT OF BEGINNING: West:� Hwy 61/Ashley River Rd headed North North:� Hwy 165 intersects at I-26 East:� � I-26 intersects at I-526 headed South South:� Hwy 26 intersects Hwy 17 west to Hwy 61 Minimum ABOA Sq. Ft.:� 5,278 Maximum ABOA Sq. Ft. : 5,500����� � � � Space Type:��� Office��������� ������ Term*:������� 15 year�/13 year firm � Amortization Term: 13 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:����� CRITERIA THAT ELIMINATES COMMERCIAL SPACE FROM CONSIDERATION: Proposed office space is on the first floor or below the first floor of the building. Proposed office space is on the top floor of the building and rooftop access is within the space. Proposed office space is inside a shopping mall or shopping center. Proposed building houses day care facilities, abortion clinics, mental health clinics, or drug rehabilitation clinics, immigration, probations, public defenders, and/or social services (including but not limited to: Social Security Administration (SSA) and Department of Health and Human Services (HHS)) within the building. Proposed building will not or cannot accommodate secured parking for TENANT official vehicles at this facility.� Proposed building or parking facility is within 1,000 feet of agencies or tenants identified in iv. Above. Proposed building is within 1000 feet of residential areas, places of worship, schools, hospitals, prisons, abortion clinics, mental health clinics, drug rehabilitation clinics and/or day care facilities. Proposed office space is located in a high crime area or an area that will necessitate more extensive and stringent building security than a generally progressive and alert neighborhood with a low crime rate. PARKING Secured parking spaces are required for 15 government vehicles.� Note any waiver from this requirement will require a review of the specific location by the ATF Physical Security Branch.� A waiver may be considered if the market area does not have any locations that can provide a secure parking garage or secure fenced parking. Agency Tenant Improvement Allowance������������� Existing leased space:� � � � � � � $53.01� per ABOA SF ������������������������������������������������������������������������������Other locations offered:����� �� � $53.01� per ABOA SF Building Specific Amortized Capital (BSAC)������� Existing leased space:������� ������$25.00��per ABOA SF �������������������������������������������������������������������������������Other locations offered:� � � � � �$25.00�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-REG04.� 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/aea41c9fc48748a7ab627e2f805e4d35/view)
 
Place of Performance
Address: Charleston, SC, USA
Country: USA
 
Record
SN05991418-F 20210506/210504230118 (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.