SOURCES SOUGHT
X -- Lease of Office Space within Region 5 using RLP #21-REG05 - OFFICE SPACE
- Notice Date
- 12/1/2020 11:17:20 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
- 21-REG05_8OH2342
- Response Due
- 1/7/2021 4:30:00 PM
- Archive Date
- 02/26/2021
- Point of Contact
- Colleen McGuigan, Phone: 7737073182, Katrina D Trimble, Phone: 3128860962, Fax: 3128864790
- E-Mail Address
-
colleen.mcguigan@gsa.gov, katrina.trimble@gsa.gov
(colleen.mcguigan@gsa.gov, katrina.trimble@gsa.gov)
- Description
- This advertisement is hereby incorporated into the RLP 21-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:���� Independence ������������� ����������������������������������� State:��� Ohio��������������� ����������� ����������� Delineated Area:����� North-�Interstate 480 South-�Rockside Avenue� East- Route 21 West- Broadview Road �� � Minimum ABOA Sq. Ft.:���� 16240��������� Maximum ABOA Sq. Ft.:��� 17864��������� Space Type:��������������������� � OFFICE Term*�������������������������� ��� � � 15 years/13 years firm *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements:�� Second floor or above space is required Top floor space or any space that has rooftop access to the space will not be considered Floors that have multiple building core items (multiple elevator banks, multiple stairwells, and multiple mechanical rooms) will not be considered �None of these items cannot be within located within the tenant space Thirty-five (35) structured parking spaces are required through onsite/attached building garage Office space within a shopping mall or shopping center will not be considered Proposed building cannot house day care facilities, family planning clinics, mental health clinics, or drug rehabilitation clinics Proposed building cannot house immigration services, probation offices, public defender offices and/or other social service offices within the building Proposed building or parking facility cannot be within 1,000 feet of agencies or types of tenants identified above or residential areas, places of worship, schools, hospitals, prisons 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 Offered building must be in reasonable proximity to Police and Fire/Medical Response facilities that can allow for response within approximately 10 minutes Space must be contiguous. The office space, elevator and the parking must be accessible twenty four (24) hours a day, seven (7) days a week. Agency Tenant Improvement Allowance Existing leased space:�� ����������� $30.00 per ABOA SF Other locations offered:����� ������ $58.75 per ABOA SF Building Specific Amortized Capital (BSAC) Existing leased space:������� ������ $ 12.50�per ABOA SF Other locations offered:������ ����� $ 12.50�per ABOA SF � IMPORTANT NOTES: Offerors are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B In addition, offerors are advised to familiarize themselves with the AAAP FY21 Request for Lease Proposals and AAAP Lease updates resulting from COVID-19, which calls for increased janitorial services. Offerors are advised that all Shell work associated with delivering the Tenant Improvements are at the Lessor�s cost.� Please refer to Section 3�(Construction Standards and Shell Components)�and specifically to Paragraph 3.07�(Building Shell Requirements)�of the�AAAP RLP Attachment #2 titled ""Lease Contract"" (GSA�Form L100_AAAP ) for more detail.� Tenant Improvement Components are detailed under Section 5 of the� AAAP RLP Attachment�#2 titled ""Lease Contract"" (GSA�Form L100_AAAP) .� � It is highly recommended that offerors start the SAM registration process directly following the offer submission.� Refer to RLP Clause 3.06, Item 7. (If applicable) The Government intends to award a Lease to an Offeror of a Building that is in compliance with Seismic Standards. Section 2.03 of the Request for Lease Proposals (RLP) outlines compliance activities required for all leases in moderate or high seismic zones. To determine if your property lies in a moderate or high zone, please reference the map and documents on our website.� HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at https://lop.gsa.gov/aaap, will enable interested parties to offer space for lease to the Federal Government in response to RLP 21-REG05.� In addition, the Government will use its AAAP to satisfy the above space requirement. For this procurement the November,�December and January Open Periods will be used to collect offers.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2af0e27d745f4a088e0c56b1d4b21709/view)
- Place of Performance
- Address: Independence, OH, USA
- Country: USA
- Country: USA
- Record
- SN05864026-F 20201203/201201230142 (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 |