Oklahoma Bids > Bid Detail

Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 - Office Space

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159039429770336
Posted Date: Jan 17, 2023
Due Date: Feb 7, 2023
Solicitation No: 23-REG07_9OK2185
Source: https://sam.gov/opp/74248348e8...
Follow
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 - Office Space
Active
Contract Opportunity
Notice ID
23-REG07_9OK2185
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 17, 2023 09:32 am EST
  • Original Published Date: Oct 19, 2022 12:41 pm EDT
  • Updated Date Offers Due: Feb 07, 2023 07:30 pm EST
  • Original Date Offers Due: Dec 07, 2022 07:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 22, 2023
  • Original Inactive Date: Dec 22, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Norman , OK
    USA
Description View Changes

This advertisement is hereby incorporated into the RLP 23-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: Norman

State: Oklahoma

Delineated Area: North: SW 149th St, SW 19th St, SE 19th St, SE 149th St

East: 77H ( South Sooner Rd, 12th Ave NE, 12th Ave SE), US Route 77 (Classen Blvd)

South: Route 9, I-35, Route 9, H.E Bailey Turnpike Norman Spur

West: I-44

Minimum ABOA Square Feet: 4,771

Maximum ABOA Square Feet: 5,487

Space Type: Office

Lease Term: 15 years / 13 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

• Offer shall include 12 surface reserved parking spaces.

• All space must be contiguous, on the 2nd floor or higher.



• If no 2nd floor or higher space is available 1st floor space will be considered. First-floor

spaces requires additional security measures such as exterior skin of the building substantial

construction (e.g., concrete, concrete masonry unit, brick) if not meet the Tenant’s forced

entry protection requirements, interior assembly of perimeter partitions must be constructed

in accordance with Tenant Agency specifications; fragment retention film on all perimeter

windows rated for radio frequency (RF) and infrared (IR) shielding; All perimeter windows

less than 18’ 0” from grade or accessible platform (e.g., air conditioners, fire stairs, adjacent

roofs, ledges, or windows) must have a forced entry protection such as man bars or security

screening to be determined by Tenant Security; Roofs less than 18’ 0” from grade or an

accessible platform also must meet the same forced entry protection and sound attenuation

requirements as the building’s perimeter partitions, metal roofs less than 18’ 0” from grade or

accessible platform must meet the same forced entry protection and sound attenuation

requirements as the perimeter partitions; Metal Structure buildings that will have an “Open

Storage Secure” security posture must have the secured perimeter constructed to meet

forced entry protection requirements to be approved by Tenant Agency; if the space/and or

building is wood joist construction, or in an historical building additional security measures will

be required, such as increased sound isolation, hard capping the ceiling of the suite, and

proving additional layer of plywood over existing floor systems; skylights must be removed or

secured with forced entry protection and applied opaque film to prevent visual observation.



• The proposed facility must not be located within 400’ of Public Defenders, Immigration and

Customs Enforcement (ICE), Probation offices, Internal Revenue Service (IRS), Universities,

other businesses or facilities deemed unacceptable by the tenant. Retail space will not be

considered. This requirement may be waived by the tenant if no other facility is deemed

acceptable. In those cases, enhanced security requirements may be required.



• Proposed tenant spaces or facilities within 400’ or adjacent to facilities associated with

foreign powers identified in the National Security Threat List, will not be considered.



• The proposed site must not be within 640' of any facilities identified by the Interagency

Security Committee (ISC) as “hazardous materials transportation/storage facilities.”

1.Hazardous locations include facilities with potential environmental threats (e.g., fuel storage

areas, gas stations, chemical manufacturing facilities, and railroad lines transporting

hazardous material).

2. Special consideration should be given to exclude sites located within 640’ of hazardous

areas, such as bulk storage sites (e.g., hazardous materials storage sites, water purification

centers, above ground fuel storage, and rail yards).

3. The proposed facility should not be located within 500’ of “Low Risk Facilities” (e.g., day

care centers, senior centers, schools, hospitals, and religious/rehabilitation/social service

centers).



• The exterior wall of the building must meet the tenant’s forced entry protection requirements.



• Facilities with underground parking must have access-controlled parking restricted to building

tenants. Open and/or general public parking is not permitted below the building proposed for

the tenant’s office.



• Various setback requirements will apply depending on the federal security level required. A

multi-tenant building with public parking within 20' of the building will not be considered for a

facility with a FSL I or II rating. A multi-tenant building with public parking within 30' of the

building will not be considered for a facility with an FSL III, IV, or V rating. A standalone

building with public parking within 100' of the building will not be considered for a facility

within an FSL III, IV, or V rating.



• The floor load of the proposed building must be capable of supporting file safes weighing

between 850 lbs. and 1,000 lbs. each dispersed throughout the office.



• Access to the space and elevators must be able 7 days a week, 24 hours a day and 365 days

per year.



• One (1) elevator must be equipped with override control. If the office is located on the 6th floor

or above, the elevator must be on emergency power.

Agency Tenant Improvement Allowance:

Existing leased space: $50.45 per ABOA SF

Other locations offered: $50.45 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

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, 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 the FY23 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.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 2022, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2023 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY23 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.





Attachments/Links



Contact Information

Carson Melom-Lemos

carson.melon-lemos@gsa.gov

Office: (817) 978-0351



Teresa Garner

teresa.garner@gsa.gov

Phone: (817) 850-8173


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >