SOLICITATION NOTICE
X -- Solicitation for Best and Final Offers
- Notice Date
- 7/26/2023 7:20:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- TSA�Direct�Leasing Egg Harbor Township NJ 08234 USA
- ZIP Code
- 08234
- Solicitation Number
- 70T017-23-R-RECAF013
- Response Due
- 8/18/2023 12:00:00 PM
- Archive Date
- 09/02/2023
- Point of Contact
- Tasha R. Hill, Phone: 7034835479
- E-Mail Address
-
Tasha.Hill@tsa.dhs.gov
(Tasha.Hill@tsa.dhs.gov)
- Description
- Transportation Security Administration seeks to lease the following space: State: CA City: San Francisco, CA (San Francisco International Airport) Delineated Area: Within a 10-minute drive of San Francisco International Airport (SFO):� The four (4) -mile radius includes: North: Highway 380 South: Peninsula Avenue East: Old Bayshore Highway West: El Camino Real Accessibility to the airport is paramount.� Minimum Sq. Ft. (ABOA): 14,000 Maximum Sq. Ft. (ABOA): 15,400 This is a new requirement for space. The U.S. Government currently occupies office and related space in a building under lease off-airport in San Francisco, CA that is expiring March 31, 2025 with no options to renew. Offerors shall submit a full and responsive proposal in accordance with the solicitation package (RLP package inclusive of all required supplemental documents) by the solicitation closing at 3:00 p.m. ET on August 18, 2023. A building tour may be scheduled to determine suitability prior to award. Space Type: Class A or B Office Parking Spaces (Total): 40 Parking Spaces (Reserved): 8 Full Term: 120 Months (10 Years) Firm Term: 60 Months (5 Years) Tenant Improvement Allowance Amortization Term: 5 years for Tenant Improvements Agency Unique Requirements: The selected offeror shall procure/provide, install and maintain 4 of Electrical Vehicle Service Equipment chargers (EVSE) stations at locations identified on the parking plan of the property.� The EVSE charging stations shall be a minimum Level II charging which is the following: 208V/240V 3-19 KWH J1772 Connector Double Port � two (2) ports per every one charging station The accessible EV charger must not be used as accessible parking for other than charging purposes Lessor to provide TI Allowance per Request for Lease Proposal. A fully serviced lease, including all services, janitorial supplies, utilities and amortized tenant improvement and security allowances will be sought. Offerors are advised that all Shell work associated with delivering the Tenant Improvements are at the Lessor�s cost. The Government will have access to the space 24 hours a day, 7 days a week. Standard hours of HVAC operation is 6:00 a.m. to 10:00 p.m. including Saturdays, Sundays and Federal Holidays (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 https://lop.gsa.gov/resource/1506384521000/SeismicMap . Lease award will be made to the lowest price, technically acceptable offer based upon the requirements in this advertisement and in the RLP requirements package (sent separately and not attached to this notice) however, the Government reserves the right to enter into negotiations with Offerors as appropriate. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). 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. All questions regarding this requirement MUST be submitted in writing to the Contracting Officer by 3:00 p.m. ET on August 8, 2023. Formal response shall be posted via SAM.gov. Due Date: August 18, 2023 at 3:00 p.m. ET Occupancy (Estimated): April 1, 2025 Send Offered Properties to: Role: Contracting Officer Name: Tasha R. Hill Email: Tasha.Hill@tsa.dhs.gov Solicitation (RLP) Number: 70T017-23-R-RECAF013 Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible. Failure to have a valid SAM registration at time of lease award renders the lowest priced technically acceptable Offeror ineligible and the next ACCEPTABLE Offeror will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7b4fc101c1146a49983ea7cf17e1203/view)
- Place of Performance
- Address: San Francisco, CA, USA
- Country: USA
- Country: USA
- Record
- SN06764532-F 20230728/230726230048 (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 |