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: |
|
Opps ID: | NBD00159478546857089 |
Posted Date: | Dec 21, 2022 |
Due Date: | Jan 9, 2023 |
Solicitation No: | 23-REG07_9OK2185 |
Source: | https://sam.gov/opp/e189ca2803... |
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.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Dec 21, 2022 09:42 am EST
- Original Published Date: Oct 19, 2022 12:41 pm EDT
- Updated Date Offers Due: Jan 09, 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: Jan 24, 2023
- Original Inactive Date: Dec 22, 2022
-
Initiative:
- None
- 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 , OKUSA
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 Sq. Ft.: 4,771
Maximum ABOA Sq. Ft.: 5,487
Space Type: Office
Term*: 15 years 13 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:
• 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:
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 FY22 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.
Agency Contacts:
Carson Melom-Lemos
carson.melon-lemos@gsa.gov
Office: (817) 978-0351
Teresa Garner
teresa.garner@gsa.govr
Phone: (817) 850-8173
- OFFICE OF LEASING 819 TAYLOR STREET
- FORT WORTH , TX 76102
- USA
- Carson Melom-Lemos
- carson.melom-lemos@gsa.gov
- Phone Number 8179780351
- Teresa Garner
- teresa.garner@gsa.gov
- Phone Number 8178508173
- Dec 21, 2022 09:42 am ESTCombined Synopsis/Solicitation (Updated)
- Nov 15, 2022 12:01 pm EST Combined Synopsis/Solicitation (Updated)
- Nov 15, 2022 11:58 am EST Combined Synopsis/Solicitation (Updated)
- Nov 09, 2022 03:11 pm EST Combined Synopsis/Solicitation (Updated)
- Oct 19, 2022 12:41 pm EDT Combined Synopsis/Solicitation (Original)
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.