Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOLICITATION NOTICE

X -- Lease of Office Space within Region 07. Request for Lease Proposals (RLP) #21-REG07 - OFFICE SPACE

Notice Date
7/28/2021 5:13:22 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_9AR2114
 
Response Due
9/7/2021 4:30:00 PM
 
Archive Date
09/22/2021
 
Point of Contact
Carson Melom-Lemos, Phone: 559-312-4258, Teresa Garner, Phone: 817-850-8173
 
E-Mail Address
carson.melom-lemos@gsa.gov, teresa.garner@gsa.gov
(carson.melom-lemos@gsa.gov, teresa.garner@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: Little Rock State: Arkansas � � � � � � � � � �� � Delineated Area: � North: Highway 10 to La Harpe Boulevard to President Clinton Avenue to Interstate 30 East: Interstate 30 South: �E 17th Street to W. 17 th Street to Wright Avenue to Dr Martin Luther King Drive West: �Dr. Martin Luther King Drive to Woodlane Street to W. Capitol Avenue to Broadway Street to Highway 10 � � � � � � � Minimum ABOA Sq. Ft.: 8,166 � ��� � Maximum ABOA Sq. Ft.: �8,170 ��� � Space Type: Office � � � � � � � � � � �� � 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: � � ��� �Proposed office space cannot be located on 1st floor or below the 1st floor of the building. ��� �Proposed office space cannot be on the top floor of the building if roof access is within the space.� ��� �Proposed building cannot house daycare facilities, abortion clinics, mental health clinics, or drug rehabilitation clinics, immigration, probation, public defenders, and/or social services (including but not limited to: Social Security Administration (SSA) or Department of Health and Human Services (HHS) within the building. ��� �Proposed building or parking facility cannot be within 1,000 feet of agencies or tenants identified in the bullet above. ��� �Proposed building cannot be within 1000 feet of residential areas, places of worship, schools, hospitals, prisons, abortion clinics, mental health clinics, drug rehabilitation clinics and/or daycare facilities. ��� � If a railroad exists near the facility, the building must be located a minimum of 50 feet from an active railroad track.� ��� �Space offered must be contiguous. ��� �Proposed building cannot be in a shopping mall or center. ��� �Proposed building must provide 25 structured or secured parking spaces either within the building or within a 2-block radius of the offered building, to include two reserved spaces for oversized vehicles. ��� �Sufficient roof space for installation of a 22� antenna (to be supplied by the Government). ��� �Proposed office space cannot be in a high crime area (CRIMECAST Score of 1,000 indicates 10 times the national average) or an area that will necessitate more extensive and stringent building security. The Government requires a fully serviced lease. � � � � � � � � � � � � � � � � � � � ��� � Agency Tenant Improvement Allowance � � � � � � �Existing leased space: � � � �� �$52.37 per ABOA SF Other locations offered: � � ��� �$52.37 per ABOA SF � Building Specific Amortized Capital (BSAC) � � � ��� �Existing leased space: � � � ��� �$12.00 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 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-REGXX. �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. Agency Contacts: Carson Melom-Lemos; �carson.melom-lemos@gsa.gov; �559-312-4258� Teresa Garner; teresa.garner@gsa.gov; 817-850-8173
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7e7e0d06ab7d4d76bd6d19d40d1ababd/view)
 
Place of Performance
Address: Little Rock, AR, USA
Country: USA
 
Record
SN06076347-F 20210730/210728230108 (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.