Oklahoma Bids > Bid Detail

Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07_1OK2099 - Office Space

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159489394236731
Posted Date: Jun 20, 2023
Due Date: Aug 7, 2023
Solicitation No: 23-REG07_1OK2099
Source: https://sam.gov/opp/b2b9286cd1...
Follow
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07_1OK2099 - Office Space
Active
Contract Opportunity
Notice ID
23-REG07_1OK2099
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 20, 2023 10:53 am EDT
  • Original Published Date: Jun 15, 2023 05:32 pm EDT
  • Updated Date Offers Due: Aug 07, 2023 07:30 pm EDT
  • Original Date Offers Due: Aug 07, 2023 07:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 22, 2023
  • Original Inactive Date: Aug 22, 2023
  • Initiative:
    • Recovery and Reinvestment Act
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:
    Oklahoma City , OK
    USA
Description View Changes

This advertisement is hereby incorporated into the RLP 23-REG07_1OK2099 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: Oklahoma City

State: Oklahoma





Delineated Area: North: N.W. 150th

East: Penn Ave

West: West: N. Portland Ave to S. Lake Hefner Drive to Highway 74; North on Highway 74 to W. Hefner Road, to N. Portland Avenue to Highway 74 to North Portland Ave to NW 150th Street

South: N.W. 50th





Minimum ABOA Square Feet: 9,875

Maximum ABOA Square Feet: 10,075

Space Type: Office

Lease Term: 17 years/ 15 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. Type 5 years for a 10/5 lease. Type 8 years for a 17/15, 15/13, or 10/8 lease term.

• Building shall not be located adjacent to, in close proximity or and/or within residential areas, educational facilities, religious facilities, and/or retail facilities.

• Space must be contiguous, and must have windows

• Space cannot be located below ground level (i.e. no basements)

• For sole occupancy buildings - Site shall be accessed via two separate entrance points: The Main Egress (ME), which will be the main entry to the site and the only entry point used by the general public; and the Secondary Egress (SE) which will serve as an entrance for ICE employees and delivery vehicles only

• 26 reserved parking spaces shall be on site and secured

• While it is understood the building shapes offered will vary, layout adjacencies must be satisfied. A test fit plan with the necessary adjacencies may be required based on the shell and core design of the facility being proposed.

• Public and private restrooms are required

AGENCY UNIQUE REQUIREMENTS



Agency Tenant Improvement Allowance:

Existing leased space: $60.135121 per ABOA SF

Other locations offered: $60.135121 per ABOA SF



Building Specific Amortized Capital (BSAC):

Existing leased space: $4.00 per ABOA SF

Other locations offered: $4.00 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.

The Government anticipates that the Tenant Improvement buildout for this requirement may

exceed the allowance by approximately $235.08 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-REG07_1OK2099 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).”



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.





Contact Information



Paul Wilhems

Lease Contracting Officer

paul.wilhems@gsa.gov

682-213-0749



MeChaela Buford

Project Manager

Mechaela.buford@gsa.gov

817-978-3292


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 >