Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2018 FBO #6175
SOURCES SOUGHT

X -- Lease of Office Space within Region 7. RLP #19-REG07 - OFFICE SPACE

Notice Date
10/18/2018
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Realty Services (7P), 819 Taylor Street, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
19-REG07_7AR2177
 
Archive Date
11/22/2018
 
Point of Contact
Dusty Griffith, Phone: 817-680-0641, Jeffrey Navarro, Phone: 512-801-2405
 
E-Mail Address
dusty.griffith@gsa.gov, jeffrey.navarro@gsa.gov
(dusty.griffith@gsa.gov, jeffrey.navarro@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This FBO advertisement is hereby incorporated into the RLP 19-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: Fayetteville State: AR Delineated Area: NORTH: US 412 E. Henri DeTonti Dr, W. Sunset Blvd, S. Turner St, E Robinson Ave EAST: AR265, N. Crossover Blvd SOUTH : E. Huntsville Rd, AR 265, N 15th Street, 149, US 71,US62, SR45, W MLK Blvd,SR170 Rhees Mill Rd WEST: N. Double Springs Rd, Goose Creek Rd, Cross Creek Rd, N Starnes Rd, W Double Springs Rd, Wheeler Rd, S. Barrington Rd Minimum ABOA Sq. Ft.: 16,714 Maximum ABOA Sq. Ft.: 16,714 Space Type: Office Term*: 10 years, 8 years firm However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: See RLP 19 Reg07 for additional requirements. 1. 34 (reserved) surface spaces required for Government owned vehicles and access to visitor parking. Multi-tenant facilities with uncontrolled underground/under building parking cannot be considered. Parking at this facility type would need to be controlled in some way by keypad or guard. Multi-tenant facilities with public parking within 30 feet of the interior perimeter wall cannot be considered. 2. The space must be on the 2nd floor or above of the building and must be contiguous. 3. All perimeter and demising walls must be slab to slab. If the area above the drop ceiling is used as a return air plenum, required openings in the drywall are permitted provided expanded steel mesh covering the openings is securely fastened to the stud wall. There can be no single opening that exceeds 96 square inches. 4. The proposed facility shall not be located in the immediate vicinity of any facilities identified by the Interagency Security Committee (ISC) as a "hazardous materials transportation/storage facility." Examples of hazardous locations include facilities with potential environmental threats, such as fuel storage areas, gas stations, chemical manufacturing facilities, etc., as well as railroad lines transporting hazardous material. It is required that the proposed facility not be located near a low risk facility. Examples of "low risk facilities" include day care centers, senior centers, schools, hospitals and religious/rehabilitation/social service centers. Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (hazardous materials storage sites, water purification centers, above ground fuel storage, rail yards) within 640 feet of these sites. 5. The Government will provide and install file safes weighing between 850 - 1,000 pounds each. Although the safes will be dispersed throughout the office, the floor load of the proposed site shall be capable of supporting this additional weight. 6. The proposed facility shall not be located near Public Defenders, Immigration and Customs Enforcement, Probation Offices or other businesses or facilities deemed unacceptable by the Government for security purposes. This requirement may be waived by the Government if no other facility is deemed acceptable; however, enhanced security requirements may be required. The Governments space cannot be in close proximity or adjacent to facilities associated with foreign powers identified in the Governments National Security Threat List. Agency Tenant Improvement Allowance: Existing leased space: $N/A per ABOA SF Other locations offered: $43.04 per ABOA SF Building Specific Amortized Capital (BSAC) Existing leased space: $N/A per ABOA SF Other locations offered: $12.00 per ABOA SF 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 19-REG07. 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 Nov 1st through Nov 7 th, ending at 11:59 p.m. EST. 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 (8th through the end of each month) and will not be considered for projects executed during that time period. This FBO advertisement is hereby incorporated into the RLP 19-REG07 by way of reference as an RLP attachment. Lease award will be made to the lowest price, technically acceptable offer, without negotiations, based upon the requirements in this FBO 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 FBO advertisement and RLP 19-REG07 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://aaap.gsa.gov. * If you have previously submitted an offer in FY 2018, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2019 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY19 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/7P/19-REG07_7AR2177/listing.html)
 
Record
SN05128699-W 20181020/181018230745-27d3562602852c75893cb3194dc2e84c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.