SOURCES SOUGHT
X -- Lease of Office Space within Region 9. RLP #17-REG9 - OFFICE SPACE
- Notice Date
- 1/24/2017
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), San Diego Service Center, San Diego Office (9PDE), 401 West A Street, Suite 2075, San Diego, California, 92101
- ZIP Code
- 92101
- Solicitation Number
- 17-REG09_6CA1136
- Archive Date
- 2/8/2017
- Point of Contact
- Clara Eunmi Lee, Phone: 6198710629
- E-Mail Address
-
clara.lee@gsa.gov
(clara.lee@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- U.S. GOVERNMENT seeks to lease the following office space through the Automated Advanced Acquisition Program (AAAP): State: CA City: Bakersfield, CA Delineated Area: North-Olive Dr, East-Knudsen Dr to Mohawk St to Truxtun Ave to Fwy 99 to California Ave to Real Rd to Stockdale Hwy to New Stine Rd, South-Ming Ave, West-Allen Rd Minimum ABOA Sq. Ft.: 5460 Maximum ABOA Sq. Ft.: 6279 Space Type: Office Term: Up to 15 Years Agency Specific Requirements: •1. 1. Parking •a. Eight (8) reserved parking spaces for the government owned vehicles • i. Fully enclosed and fenced on-site parking with locking gate and sufficient lighting. The agency's requirement shall be provided to the lowest priced offeror during the due diligence phase. OR • ii. Parking area must have security cameras with motion detector lights as an acceptable alternative. The agency's requirement shall be provided to the lowest priced offeror during the due diligence phase. •b. Twenty five (25) non-reserved parking spaces for the agency's customers shall be located on-site or within the immediate vicinity of the Building, but generally not exceeding a safely accessible, walkable 1,320 feet from the principal functional entrance of the building, as determined by the LCO. • i. One (1) of the twenty five (25) non-reserved parking spaces shall be used for client use of horse/livestock trailers requiring pull through or turn around ability, as determined by the LCO. The size of the truck for towing stock trailers shall be approximately 10' wide x 50' long. •c. Thirty six (36) non-reserved parking spaces for the agency's employees shall be located within the immediate vicinity of the Building, but generally not exceeding a safely accessible, walkable 1,320 feet from the principal functional entrance of the building, as determined by the LCO. •2. 2. Filing Room •a. Ceiling should be minimum 9' to accommodate stackable and spinning filing systems. •b. The Floor loads shall be greater than 100 pounds per square foot due to the power files, a safe, large copy machine, or central file rooms. •c. Floor loads of the space shall accommodate spinning file systems. •3. 3. ADP Room •a. It shall have a separate lock and a security enforced door that are consistent with the agency's requirements. The agency's requirement shall be provided to the lowest priced offeror during the due diligence phase. •b. HVAC requirement shall be consistent with the agency's requirements. •c. HVAC system shall be capable of maintaining acceptable operating environment in areas where there is heat-generating equipment. •4. 4. IT and telecommunications equipment including electrical outlets and wiring shall meet agency's requirements. Dedicated or special electrical requirement examples shall be dimmer switches, 220 outlets, and copiers etc. •5. 5. Employee breakroom shall have a sink and built-in counters and cabinets. There shall be a counter separating between the office space and the reception area. •6. 6. There shall be the agency's specific sign/directory specifications. The agency's requirement shall be provided to the lowest priced offeror during the due diligence phase. •7. 7. Janitorial services should be performed during the agency's business hours. HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at https://aaap.gsa.gov, will enable interested parties to offer space for lease to the Federal Government in response to RLP 17-REG9. In addition, the Government will use its AAAP to satisfy the above space requirement. Interested parties 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". The Open Period is the 1st through the 7th of each month, ending at 11:59 p.m. EST. Offers can not be submitted during the Closed Period (8th through the end of each month) 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 RLP requirements package found on the AAAP website. During the 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 RLP 17-REG9 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. All documents can be found at https://aaap.gsa.gov. * If you have previously submitted an offer in FY 2016, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2017 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY17 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/SDCA9PDE/17-REG09_6CA1136/listing.html)
- Record
- SN04378676-W 20170126/170124234042-ce70bdca4e021f01742a18a137a316e1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |