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: | NBD00159616942834618 |
Posted Date: | Mar 17, 2023 |
Due Date: | Apr 7, 2023 |
Solicitation No: | 23-REG07_1OK2095 |
Source: | https://sam.gov/opp/3bd756a11c... |
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Mar 17, 2023 12:55 pm EDT
- Original Published Date: Sep 29, 2022 03:31 pm EDT
- Updated Date Offers Due: Apr 07, 2023 07:30 pm EDT
- Original Date Offers Due: Oct 20, 2022 07:30 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 22, 2023
- Original Inactive Date: Nov 04, 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:
Ardmore , 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: Ardmore
State: Oklahoma
Delineated Area: North Hwy 142 / East Hwy 142 to P St to Springdale to Lake Murray Dr / South Hwy 70
/ West IH35
Minimum ABOA Square Feet: 9,497
Maximum ABOA Square Feet: 9,997
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.
AGENCY UNIQUE REQUIREMENTS
1. All space must be contiguous, on the 2nd floor or higher.
2. If 2nd floor or higher space is not available then 1st floor space will be considered. First-floor space
requires additional security measures such as substantial construction of the exterior skin of the building
(e.g., concrete, concrete masonry unit, brick) if it does 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 that is rated for radio frequency (RF) and infrared (IR)
shielding is required on all perimeter windows. All perimeter windows that are 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 from 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 from an 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 frame construction, or in a historical building additional security measures will be
required such as increased sound insolation, hard capping the ceiling of the suite, and 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.
3. The proposed facility must not be located within 400’ of Public Defenders, Immigration and
Customs Enforcement (ICE), Probation offices, Internal Revenue Service (IRS), Universities, or
other businesses or facilities deemed unacceptable by the tenant. This requirement may be waived
by the tenant if no other facility is deemed acceptable. In those cases, enhanced security
requirements may be required.
4. 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.
5. The proposed site must not be within 640' of any facilities identified by the Interagency Security
Committee (ISC) as “hazardous materials transportation/storage facilities.”
Hazardous locations include facilities with potential environmental threats (e.g., fuel storage
areas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardous
material).
Sites located near hazardous areas may be excluded. These sites include bulk storage
sites (e.g., hazardous materials storage sites, water purification centers, above ground fuel
storage, and rail yards).
6. The proposed facility should not be located near “Low Risk Facilities” (e.g., day care centers,
senior centers, schools, hospitals, and religious/rehabilitation/social service centers).
7. The exterior wall of the building must meet the tenant’s forced entry protection requirements.
8. Facilities with underground parking must have access-controlled parking restricted to building
tenants. Open and/or public parking is not permitted below the building proposed for the tenant’s
office.
9. Various setback requirements will apply depending on the Governments assessment of the
federal security level required at the location proposed. A multi- tenant building with public
parking, or public vehicle access, within 20 feet; of the building will not be considered for a facility with
a FSL I or II rating. A multi-tenant building with public parking, or public vehicle access, within 30 feet;
of the building will not be considered for a facility with an FSL III, IV, or V rating. A standalone
building with public parking, or public vehicle access, within 100 feet; of the building will not be
considered for a facility with an FSL III, IV, or V rating.
10. 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.
11. Access to the space and elevators must be available 24 hours a day, 7 days a week, and 365
days per year.
12. One (1) elevator must be equipped with override control. If the office is located on the 6 th floor or
above, the elevator must be on emergency power.
Agency Tenant Improvement Allowance:
Existing leased space: $0.00 per ABOA SF
Other locations offered: $50.00 per ABOA SF
Building Specific Amortized Capital (BSAC):
Existing leased space: $0.00 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, 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.
Contact Information
Primary POC: Dusty Griffith, dusty.griffith@gsa.gov, 817-680-0641
Secondary POC: Gean Collier, emma.collier@gsa.gov, 817-978-0607
- OFFICE OF LEASING 819 TAYLOR STREET
- FORT WORTH , TX 76102
- USA
- Dusty Griffith
- dusty.griffith@gsa.gov
- Phone Number 817-680-0641
- Gene Collier
- emma.colier@gsa.gov
- Phone Number 817-978-0607
- Mar 17, 2023 12:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 17, 2023 12:47 pm EDT Combined Synopsis/Solicitation (Updated)
- Mar 17, 2023 12:19 pm EDT Combined Synopsis/Solicitation (Updated)
- Mar 17, 2023 12:11 pm EDT Combined Synopsis/Solicitation (Inactive)
- Mar 17, 2023 10:46 am EDT Combined Synopsis/Solicitation (Updated)
- Mar 17, 2023 10:34 am EDT Combined Synopsis/Solicitation (Updated)
- Nov 04, 2022 11:56 pm EDT Combined Synopsis/Solicitation (Inactive)
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.