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: NBD00159811435532498
Posted Date: Sep 29, 2022
Due Date: Oct 20, 2022
Solicitation No: 23-REG07_1OK2095
Source: https://sam.gov/opp/fef90ff06f...
Follow
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 - Office Space
Active
Contract Opportunity
Notice ID
23-REG07_1OK2095
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 29, 2022 03:31 pm EDT
  • Original Date Offers Due: Oct 20, 2022 07:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 04, 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:
    Ardmore , OK
    USA
Description

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: Admore

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. This requirement is for a law enforcement agency.

2. The Security Level is II.

3. The Tenant will provide the site's telecommunications service requirements in terms of 100 Mbps for data and 10 Mbps for Phone. Depending upon the site, multiple circuits may be required. The Lessor will be required to procure the connection (circuit), not telecom devices, based upon guidance provided by Tenant Security.

4. 25 onsite secured surface parking spaces are required. 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 office.

A mixed-Tenant building with public parking within 20'-0" of the interior perimeter wall will not be considered.

5. The proposed site must not be within 640'-0" of any facilities identified by the ISC as "hazardous materials transportation/storage facilities."

o Hazardous locations include facilities with potential environmental threats (e.g., fuel storage areas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardous material).

o Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (e.g., hazardous materials storage sites, water purification centers, above ground fuel storage, and rail yards).

o It is preferred that the proposed facility not be located near "Low Risk Facilities" (e.g., day care centers, senior centers, schools, hospitals, and religious/rehabilitation/social service centers).



6. The proposed facility must not be located within 400'-0" of public defenders, Immigration and Customs Enforcement (ICE), probation offices, Internal Revenue Service (IRS), universities, other businesses or facilities deemed unacceptable by Tenant Security for safety purposes. This requirement may be waived by Tenant Security if no other facility

7. All space must be contiguous, on the 2nd floor or higher. Space on the first floor will be considered only when no other space is available, or if deemed appropriate by the Tenant. First-floor spaces require additional security measures.



8. If the exterior skin of the building is not of substantial construction as determined by Tenant Security (e.g., concrete, concrete masonry unit, brick), and does not meet the Tenant’s forced entry protection requirements, interior assembly of perimeter partitions must be constructed in accordance with Partition Type A7 specifications.



9. All exterior perimeter windows must have fragment retention film, except at SCIF rooms, which must have film rated for radio frequency (RF) and infrared (IR) shielding and blast film, as specified within the POR.



10. 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 forced entry protection such as man bars or security screening. Assessment of accessible platform(s) will be determined by Tenant Security.



11. 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.



12. Metal structure buildings that will have an "Open Storage Secure" security posture must have the secured perimeter constructed to meet forced entry protection requirements, Partition Type A7, or approved equivalent by Tenant and CO.



13. If the space and/or building are of 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 providing an additional layer of plywood over existing floor systems.



14. Skylights must be removed or secured with forced entry protection and applied opaque film to prevent visual observation

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.


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
  • Sep 29, 2022 03:31 pm EDTCombined 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.

Start Free Trial Today >