Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SOLICITATION NOTICE

X -- Lease of O?ce Space within Region 3. Request for Lease Proposals (RLP) #24-REG03 - O?ce Space

Notice Date
10/31/2023 12:57:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R3 OFFICE OF LEASING PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
2MD0438
 
Response Due
11/7/2023 4:30:00 PM
 
Archive Date
11/22/2023
 
Point of Contact
Julia Shirey, Phone: 267-582-8812, Brian Pace, Phone: 215-446-4686
 
E-Mail Address
Julia.Shirey@gsa.gov, brian.pace@gsa.gov
(Julia.Shirey@gsa.gov, brian.pace@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 24-REG03 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: Linthicum Heights State: MD Delineated Area: � � � Starting at the �intersection� of N. Hammonds Ferry Road & I-695, follow I-695 in a southeastern direction until it �intersects� with I-97, follow I-97 in a southern direction until it �intersects� with W. Furnace Branch Road, follow W. Furnace Branch Road in a western direction until it intersects with Baltimore Annapolis Blvd., follow Baltimore Annapolis Blvd. in a southern direction until it intersects with N. Broadview Blvd., follow N. Broadview Blvd. in a northwestern direction until it intersects with Andover Road, follow Andover Road in a southern direction until it intersects with Aviation Blvd., follow Aviation Blvd. in a western direction until it �intersects� with I-195, follow I-195 in a northwestern direction until it �intersects� with Route 295 / Baltimore Washington Parkway, follow Route 295 / Baltimore Washington Parkway in a northeastern direction until it �intersects� with W. Nursery Road, follow W. Nursery Road in a northeastern direction until it intersects with N. Hammonds Ferry Road, follow N. Hammonds Ferry Road in a northern direction until it �intersects I-695 (starting point)� Minimum ABOA Square Feet: 12,482 SF Maximum ABOA Square Feet:� 12,794 SF� Space Type: Office and Related Lease Term: 10 years, 8 years firm Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital.� AGENCY UNIQUE REQUIREMENTS 1. Offered space shall be contiguous and located on one (1) floor. 2. Offered space shall be able to provide adequate floor load to support a minimum of 175 lbs per ABOA SF for sixty-three (63) safes each weighing up to 1,000 lbs. and measuring approximately 58� high X 19� wide X 28� deep each. The sixty-three (63) safes will be dispersed in separate locations throughout the offered space. 3. Parking: Offeror shall provide a total of four (4) onsite, reserved parking spaces for Government vehicles as follows: a.� Two (2) onsite, reserved parking spaces for electric Government vehicles.� One (1) of the spaces shall meet ABAAS standards (16 feet wide x 20 feet long).� Offeror shall provide one (1) onsite level 208/240 volt �electric vehicle support equipment charging station to service these two (2) vehicles. Offeror shall be responsible for the operation, maintenance, repair, replacement, and utilities for the charger.� b.� Two (2) onsite, reserved parking spaces for non-electric Government vehicles. c.� Offeror shall submit a parking narrative and site plan with their offer to demonstrate compliance with these parking requirements. 4. Offeror�s Architect shall perform additional Construction Administration services as outlined in Attachment 2.�� 5. Offeror shall submit a resume with their offer showing their Architect�s experience designing three (3) high security office projects, including at least one (1) certified SCIF project. This resume shall include the customer contact information for project verification, complete with year of design and enough information for the Government to identify and confirm the contract. 6. Offered buildings/properties are subject to a risk/vulnerability assessment. The outcome of the assessment may result in the building not being technically compliant. 7. Prior to lease award, offeror may be required to provide a test-fit to determine efficiency of space layout. See AAAP RLP Paragraph 2.01, Efficiency of Layout. Agency Tenant Improvement Allowance: Existing leased space: $55.42 per ABOA SF Other locations offered: $55.42 per ABOA SF * The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $513.10 per ABOA SF. The Government will use the TI Allowance as stated above in evaluating the TI rent component of offers; however, this does not preclude the Government from consideration of move-related replications costs in the evaluation, as outlined under RLP 23-REG03 Paragraph 4.04 �Present Value Price Evaluation (AAAP Variation).� The disclosure of this potential overage is not intended to be construed as an estimate of move-related replications costs. Also, it is not intended to serve as either an accurate estimate or an agreement by the Government as to the final pricing of the TI work, nor is it a commitment by the Government as to the level of TI work that eventually will be required. This disclosure is only intended to assist Offerors in understanding their potential obligation with respect to financing the full amount of Tenant improvements, as outlined under the Lease Paragraph 1.06 �Tenant Improvement Rental Adjustment (AAAP Variation). Building Specific Amortized Capital (BSAC): Existing leased space: $12.00 per ABOA SF Other locations offered: $12.00 per ABOA SF IMPORTANT NOTES Check the attachments and links section of this notice for possible, additional project-specific requirements or modifications to the RLP. 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. (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 the FY24 AAAP RLP.� 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 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://leasing.gsa.gov/leasing/s/AAAP-PortalHome.� If you have previously submitted an offer in FY 2023, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2024 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY24 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://sam.gov/opp/83044964f5cf430faa859d529bd37725/view)
 
Place of Performance
Address: Linthicum Heights, MD, USA
Country: USA
 
Record
SN06872038-F 20231102/231031230049 (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.