Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SOURCES SOUGHT

X -- Lease of Office Space within Region 5 using RLP #20-REG05 � Indianapolis IN

Notice Date
5/4/2020 10:20:51 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
20-REG05_5IN0112
 
Response Due
6/8/2020 8:59:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Colleen McGuigan, Phone: 7737073182, John M. Boguslawski, Phone: 3123538741, Fax: 3128869513
 
E-Mail Address
colleen.mcguigan@gsa.gov, john.boguslawski@gsa.gov
(colleen.mcguigan@gsa.gov, john.boguslawski@gsa.gov)
 
Description
This SAM advertisement is hereby incorporated into the RLP 20-REG05 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:����������������������������������� � � � �Indianapolis ��������������������������������������������������� State:������������������������������� � � � � �Indiana Delineated Area:����������������� � � � � � � � � � � � � � � � � � � � � � � � � � �North: I-69, west on E 96th�Street to Westfield Blvd. South on Westfield� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Blvd. to I-465. West on�I-465 to SR 421 ��������������������������������������������������� South- �So. West Street, East on�I-70 to I-65. ��������������������������������������������������� East:��� I-70� East, North on�I-70 , East to N Keystone Ave., North on� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � No. Keystone Ave to Binford Blvd. North East on Binford Blvd.,� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � to�I-69�to�96th street� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��������������������������������������������������� West: I-465 and SR 421, South on SR421 (Michigan Road) to Dr.�Martin� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Luther King Jr Street continue south to�So. West Street� � � � � � � � � � � � � �� Minimum ABOA Sq. Ft.:����������� 14720 Maximum ABOA Sq. Ft.:���������� 16200 Space Type:� � � � � � � � � � � � � � � � � Office Term*:� � � � � � � � � � � � � � � � � � � � � � 10 years, 8 years firm term������������� *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements:� ������������������������������������������ �Proposed office space cannot be on the first floor or below the first� floor�of the building. � � � � � � � � � � � � � � � � � � � � � � �Proposed office space cannot be on the top floor of the building or� � � � � � � � � � � � � � � � � � have�rooftop access to the space. �������������������������������������������� Proposed office space cannot be inside a shopping mall or shopping �������������������������������������������� center. �������������������������������������������� Proposed building cannot house day care facilities, womens� health �������������������������������������������� clinics,�mental health clinics, or drug rehabilitation clinics within the �������������������������������������������� building. Proposed building cannot house immigration, probation, �������������������������������������������� public defenders,�and/or social services offices within the building. �������������������������������������������� Proposed building or parking facility cannot be within 1,000 feet� of� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �agencies��or tenants identified above.��� � �������������������������������������������� Proposed building must accommodate secured parking for official �������������������������������������������� vehicles at�this facility. �������������������������������������������� Proposed building cannot be within 1000 feet of places of worship, �������������������������������������������� schools,�hospitals, prisons, women�s� health clinics, mental health �������������������������������������������� clinics, drug�rehabilitation clinics and/or day care facilities. �������������������������������������������� Proposed office space cannot be located in a high crime area or an � � � � � � � � � � � � � � � � � � � � � � � � � � � � � area�that will necessitate more extensive and stringent building �������������������������������������������� security than a�generally progressive and alert neighborhood with a�low� � � � � � � � � � � � � � � � � � � � � � � � �crime rate.�� � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Agency cannot be located on a floor that has multiple building � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � core�items�(multiple elevator banks, multiple stairwells, and� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � multiple�mechanical�rooms) and none of these items can be in the tenant � � � � � � � � � � � � � � � � � � � � � � � space. � � � � � �������������������������������������������� The proposed building shall be in reasonable proximity to Police and �������������������������������������������� Fire�/Medical response facilities than can allow for response within�10� � � � � � � � � � � � � � � � � � � � � � � � � � � �minutes.�� � � � � � � � � � � � � � � � � � � � � � � � � � � � �The floor load of the space being offered must be able to accommodate� � � � � � � � � � � � � � � � � � � � � � � � � � a�very heavy vault or be able to be modified to accommodate the� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �weight.���������� ���������������������������������������������The proposed building must have 46 structured parking spaces or�be in� � � � � � � � � � � � � � � � � � � � � � � � � � control of those spaces for the entire term of the�lease.��� � � � � � � � � � � � ��������������������������������������� �������������������������������������������� The proposed space shall be contiguous. Offers� are encouraged to register in System for Acquisition�Management,� (SAM) prior to submitting an offer or as soon�as possible��to avoid any delays in the process through�the AAAP platform.� � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Agency Tenant Improvement Allowance:����� Existing leased space:������� ���$54.00 per ABOA SF � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Other locations offered:������$54.00 per ABOA SF Building Specific Amortized Capital (BSAC)��������� Existing leased space:���������� $12.00 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 20-REG05.� In addition, the Government will use its AAAP to satisfy the above space requirement.� Due to recent public health concerns surrounding COVID-19, GSA has modified Section 6.06 (Janitorial Services) of GSA Lease Form L-100_AAAP effective for all offers submitted on or after May 1, 2020. Note the increased level of responsibility for janitorial services and ensure your offer is priced accordingly. The Amendment, AAAP Amendment #1 (05.01.2020), can be found in the RLP Package on the AAAP website. 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. (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 11:59 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 (8th through the end of each month) and will not be considered for projects executed during that time period. The May and June open periods will be used for this procurement to collect offers. Lease award will be made to the lowest price, technically acceptable offer, without negotiations, based upon the requirements in this SAM 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 20-REG05 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 2019, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2020 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY20 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
SAM.gov Permalink
(https://beta.sam.gov/opp/eaffdc6bb35f404fbc2647fdd6a5719a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05645096-F 20200506/200504230155 (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 |
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.