SOLICITATION NOTICE
X -- General Services Administration (GSA) seeks to lease the following space in Little Rock, AR � RLP No. 6AR0059
- Notice Date
- 1/24/2020 3:01:09 PM
- Notice Type
- Presolicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- PBS CENTRAL OFFICE WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 6AR0059
- Response Due
- 2/14/2020 3:00:00 PM
- Archive Date
- 02/29/2020
- Point of Contact
- Kelly Winn, Phone: 972-739-2206, Jason Lichty, Phone: 972-739-2213
- E-Mail Address
-
kelly.winn@gsa.gov, jason.lichty@gsa.gov
(kelly.winn@gsa.gov, jason.lichty@gsa.gov)
- Description
- General Services Administration (GSA) seeks to lease the following space in Little Rock, AR � RLP No. 6AR0059 State:� Arkansas City:��Little Rock Delineated Area: North:� Hwy 10 to I-30 South:� Hwy 5 (includes W. Roosevelt & W. 36th Street East:� I-30 to Hwy 5 to Bowman Road West:� Bowman Road to Hwy 10 Minimum Sq. Ft. (ABOA):� 89,076� Maximum Sq. Ft. (RSF):� 102,377� Space Type:��Office and related space Parking Spaces (Total): Minimum of 121 on site spaces including the structured and visitor parking Parking Spaces (Surface): Minimum of 15 spaces reserved for the visiting public outside the secured perimeter fence Parking Spaces (Structured and Secured): 106 structured and within a secured perimeter fence, additional surface parking spaces within the perimeter fence may be required for other official government purposes up to the maximum required per local code. Full Term: 20 years Firm Term: 15 years Option Term: N/A Additional Requirements: The site shall have a 100 foot setback from building to all sidewalks, access streets, parking lots, adjoining streets; a fence surrounding the secured parking area and building meeting the Government specifications is required.� For offered buildings with less than 100� setback, mitigating security measures may be required on a case-by-case basis as evaluated by Agency security personnel. 14,500 ABOASF of the space is required for a vehicle maintenance facility. This can either be connected to the building, or standalone within the secured perimeter of the property.� The clear height of the interior must be minimum 14�.� This area must have a minimum of 7 bays, each with a roll-up door with a minimum 8� width and 9� height.�� In addition, 1 oversize bay with a roll-up door having minimum height of 14� and 12� width must be provided.� Floor loading in this area must be sufficient to accommodate up to a 30,000 pound vehicle. A loading dock with dock-high door and dock leveling package is required (this can also be accomplished with a pit). A single tenant building is required. Minimum floor plate size of 35,000 is required.� The Government shall have the right to relocate exterior penetrations for security concerns. Of the total space required, 400 ABOA SF is required for a VSF (Visitor Screening Facility) and shall be located at the perimeter security fence. The Government shall have the right to mount roof antennas. The Building in which the Premises are located shall be designed, built and maintained in good condition and in accordance with the Lease requirements.� If not new or recent construction, the Building shall have undergone by occupancy, modernization, or adaptive reuse for office space with modern conveniences.� The Building shall be compatible with its surroundings.� Overall, the Building shall project a professional and aesthetically pleasing appearance including an attractive front and entrance way. Building entrances/exits are not to be located within 425 feet of day cares, schools, hospitals, social services, detention centers, religious centers, hazmat areas, bulk storage tanks, 150 feet Gas stations.� Railroads should not be near the facility.� Residential and temporary lodging facilities such as: hotels, motels, budget hotels, long term accommodations, adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the government's discretion, these uses proximity to the proposed site may cause the site to be eliminated from consideration on a case by case scenario. Risk/vulnerability assessment of the property will be on a case by case basis.�� � Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.� A fully serviced lease is required.� Offered space shall not be in the 100 or 500 year flood plain. The Government currently occupies office space in a building under lease in Little Rock, Arkansas that will be expiring.� The Government is considering alternative space if economically advantageous.� In making this determination, the Government, will consider, among other things, the availability of alternative space that potentially can satisfy the Government�s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.� Interested parties should respond on or before February 14, 2020. Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the �Registration� link and follow the instructions to register. �Instructional guides and video tutorials are offered on the RSAP homepage and in the �HELP� tab on the RSAP website. Solicitation Number: Solicitation (RLP) Number:��6AR0059 Government Contact Information (Not for Offer Submission) Lease Contracting Officer: Queen Ebony Vu 917-484-2741 Queenebony.vu@gsa.gov Leasing Specialist: Will Beaver 817-850-8460 Willie.beaver@gsa.gov Broker: Kelly Winn Savils Inc. 972-739-2206 Kelly.winn@gsa.gov Note:�� Active registration in SAM is required at the time of initial offer submission.� Entities not currently registered in SAM are advised to start the registration process as soon as possible, in order to meet RLP offer deadline.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5f3e79f838a6457a896125be3fdd9413/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05543092-F 20200126/200124230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |