Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2021 SAM #7249
SOLICITATION NOTICE

X -- Lease of Office Space within Region 7 Request for Lease Proposals (RLP) #22-REG07 - OFFICE SPACE

Notice Date
10/4/2021 2:44:22 PM
 
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
22-REG07_9LA2260
 
Response Due
11/8/2021 4:30:00 PM
 
Archive Date
11/23/2021
 
Point of Contact
Ryan Siglock, Phone: 817-850-8207, Nick Porter, Phone: 817-978-0604
 
E-Mail Address
ryan.siglock@gsa.gov, nicholas.porter@gsa.gov
(ryan.siglock@gsa.gov, nicholas.porter@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 22-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: Shreveport� State: LA � � � � � � � � � ��� � Delineated Area: � NORTH: Caddo street., IH 20, HWY, 71� EAST: � �Clyde Fant Memorial PKWY, 71 SOUTH: E. Preston Avenue., Kings HWY� WEST: �HWY 1, Southern Avenue., Fairfield Avenue., Common street � � � � � � � �� � Minimum ABOA Sq. Ft.: � 11,354 ��� � Maximum ABOA Sq. Ft.: � �11,354�� � Space Type: � office � � � � � � � � � ��� � Term*: � � �15/13 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: � � � � � � �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. �Primary consideration in selecting boundaries will be accessibility by public and private transportation for the greatest number of people in the service area. � � � � � �In cities with public transportation, the service must be at regularly scheduled times during the entire workday and within 600 feet (or two blocks, whichever is less) from the building entrance for the commuting needs of the visiting public. �The route from the bus stop to the building entrance shall be accessible for the mobility impaired. � � � � � �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. ��� �84 onsite parking spaces are necessary to meet SSA mission requirements ��� � � �Ceiling height in all areas must be 10 to 12 feet measured from the floor to the lowest obstruction. �Junction boxes for systems furniture power poles must be mounted to accommodate power poles no longer than 12 feet � � � � � � � � � ��� � Agency Tenant Improvement Allowance � � � � � � �Existing leased space: � � � �� �$47.754360 per ABOA SF � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Other locations offered: � � ��� �$47.754360 per ABOA� � Building Specific Amortized Capital (BSAC)� � � � � Existing leased space: � � � ��� �$12.00 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 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 22-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 2021, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2022 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY22 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. Interested parties may contact: Ryan Siglock� GSA Lease Contracting Officer� (817)850-8207� ryan.siglock@gsa.gov Nick Porter Project Manager 817-978-0604 nicholas.porter@gsa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01e7d9f8b7834135a204c91daf4d04df/view)
 
Place of Performance
Address: Shreveport, LA, USA
Country: USA
 
Record
SN06150406-F 20211006/211005201528 (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.