SOLICITATION NOTICE
X -- Lease Opportunity 0MS2095, Hernando MS
- Notice Date
- 8/13/2020 12:40:44 PM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R4 ATLANTA GA 30303 USA
- ZIP Code
- 30303
- Solicitation Number
- 0MS2095
- Response Due
- 8/19/2020 8:59:00 PM
- Archive Date
- 09/03/2020
- Point of Contact
- James Cunningham, Phone: 4043680335, Elaine D. Peters, Phone: 4044338428
- E-Mail Address
-
james.cunningham@gsa.gov, elaine.peters@gsa.gov
(james.cunningham@gsa.gov, elaine.peters@gsa.gov)
- Description
- General Services Administration (GSA) seeks to lease the following space: State: MS City: Hernando Delineated Area: North: Green T Road South: Oak Grove Road to Valden Drive to McIngvale Road East: Vertical Line Between Green T Road and Holly Springs Road that Incorporates Della Street West: Old Highway 51 S to Memphis Street to Highway 51 Minimum Sq. Ft. (ABOA): 3,000 USF Maximum Sq. Ft. (ABOA): 3,150 USF Space Type: Office Parking Spaces (Total): 3 Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 3 Full Term: 120 Months Firm Term: 60 Months Option Term: NA Additional Requirements: Agency Requirements Lobby/Waiting room for clients (offenders) A server room with 24/7 access Facility Security Level II LOP/RSAP �ELECTRONIC� METHOD: Unless otherwise authorized by the LCO or his/her designated representative, offers may only be submitted electronically to GSA using the Lease Offer Platform (LOP) Application, located at https://lop.gsa.gov/RSAP. LOP will enable Offerors to electronically offer space for lease to the Federal Government, through the Requirement Specific Acquisition Platform (RSAP). The offer submission process is web-enabled, allowing all registered participants to submit and update offers to lease space to the Government in response to a single RLP for a specific space requirement. In order to be considered for award, offers conforming to the requirements of the RLP shall be submitted through LOP/RSAP no later than 08/19/20 11:59pm EST. In order for the application to auto-populate the Lessor�s Annual Cost Statement (GSA Form 1217) and Proposal to Lease Space (GSA Form 1364), Offerors must provide the information required by the LOP/RSAP Application. These auto-populated forms are available for review at the end of the Application workflow. All other required submittals as identified elsewhere in this RLP must also be submitted through the LOP/RSAP Application. Also, any subsequent revisions to offer documents must be submitted through the LOP platform. There is no paper-based submission process under this RLP and paper submissions will not be considered, unless otherwise authorized by the LCO. Offeror shall provide the following pricing information with its offer: Additional rent, expressed as a rate per ABOA and per RSF per year, to provide the additional �Routine Cleaning and Disinfecting Requirements for the Premises� as described under the paragraph �Janitorial Services.�� This rent component is not subject to CPI operating costs adjustments.� The Government reserves the right to cancel this routine disinfecting service and reduce the rent accordingly.� This rate shall be entered on the submittal form entitled Rate for Routine Cleaning and Disinfecting Services. The Lessor shall provide routine cleaning and disinfecting services, as outlined under sub-paragraph N of the paragraph entitled �Janitorial Services,� at a rate of $X.XX per rentable square foot.� The Government reserves the right to issue notice to unilaterally cancel the routine cleaning and disinfecting at any time during the Lease term and, in such a case, the rental rate will be reduced by this amount.� This reduction shall occur after the Government gives 30 calendar days notice to the Lessor and shall continue in effect until the Lease expires or is terminated. Routine Cleaning and Disinfecting Requirements for the Premises. The Lessor shall wipe down daily all solid, high contact surfaces in Building common areas (defined here as those areas used or accessed by the Government�s employees and visitors), and within the leased Space, using a disinfectant from the EPA-registered list of products identified as effective against Novel Coronavirus SARS-CoV-2 (https://www.epa.gov/pesticide-registration/list-n-disinfectants-use-against-sars-cov-2), or other products containing the same active ingredient(s) at the same or greater concentration than those on the list.� Cleaning staff shall use products in accordance with directions provided by the manufacturer.� Cleaning staff shall wear disposable gloves (e.g., latex, nitrile, etc.), facemasks, and any additional personal protective equipment (PPE) as recommended by the cleaning and disinfectant product manufacturers. Disinfection application and products should be chosen so as to not damage interior finishes or furnishings. Examples of solid, high contact surfaces in Building common and high traffic areas include, but are not limited to, handrails, door knobs, key card scan pads, light switches, countertops, table tops, water faucets and handles, elevator buttons, sinks, toilets and control handles, restroom stall handles, toilet paper and other paper dispensers, door handles and push plates, water cooler and drinking fountain controls. It does not include agency owned equipment such as desks, telephones, computers, keyboards, docking stations, computer power supplies, and computer mouse, personal fans and heaters, desk lighting, etc. Disinfected surfaces should be allowed to air dry. The Government reserves the right to issue notice to unilaterally cancel this routine cleaning and disinfecting at any time during the Lease term and, in such a case, the rental rate will be reduced by the amount specified for �Routine Cleaning and Disinfecting Services� under lease clause �Rent and Other Consideration.�� This reduction shall occur after the Government gives 30 calendar days notice to the Lessor and shall continue in effect until the Lease expires or is terminated. 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 year flood plain. Expressions of Interest Due: 08/19/2020 Market Survey (Estimated): 09/02/2020 Occupancy (Estimated): 07/09/2021 Send Expressions of Interest to: Name/Title: James Cunningham/Leasing Specialist Email Address: James.cunningham@gsa.gov Please reference the solicitation number 0MS2095 in the email subject line and please note all submissions must be provided electronically. Government Contact Information Lease Contracting Officer:� Elaine Peters elaine.peters@gsa.gov Leasing Specialist: James Cunningham james.cunningham@gsa.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/07e307d7ce3145da807d205087859c6e/view)
- Place of Performance
- Address: Hernando, MS 38632, USA
- Zip Code: 38632
- Country: USA
- Zip Code: 38632
- Record
- SN05756597-F 20200815/200813230158 (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 |