SOLICITATION NOTICE
X -- Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #22-REG-07 - OFFICE SPACE
- Notice Date
- 10/6/2021 7:53:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R7 FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- 22-REG-07-8AR2130
- Response Due
- 11/8/2021 4:30:00 PM
- Archive Date
- 11/23/2021
- Point of Contact
- Kobie Stroman, Phone: 8179784449
- E-Mail Address
-
kobie.stroman@gsa.gov
(kobie.stroman@gsa.gov)
- Description
- This advertisement is hereby incorporated into the RLP 22-REG-07 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: Little Rock State: AR������������������� �� Delineated Area: North: LaHarpe Blvd (westward) to route 10; East: 1-30; South: Colonel Glenn Rd (eastward) to state route 300/route 5/state highway 708 to I-30; West: Chenal Pwky (southward) to Rahling Rd to Kanis Rd to Stewart Rd to Burlingame Rd to Colonel Glenn Rd.������������� ��������������������������������������� Minimum ABOA Sq. Ft.: 14,764/ABOA��� ����������� Maximum ABOA Sq. Ft.:� 14,764/ABOA� ����������� Space Type: Office�� Parking Requirements: 47-Reserved Structured or Secured / 20-Surface-These parking spaces are for GOV, Official and Visitor Parking, only.�������������� ���������������������������� Term*: 17 years/15 years firm�� ����� Amortization Term: 8 years for both Tenant Improvements�and Building Specific Amortized Capital.��� Agency Unique Requirements: -Facilities shall be accessible DEA staff 24 hours a day, 7 days a week, and 365 days a year. -DEA space must be located on the second story, or higher. In the event a 2nd floor or above space is not available, DEA will accept first floor space under the following circumstances. DEA is the sole tenant. 20-foot setback from building to all sidewalks, access streets, parking lots, adjoining streets. Blast film is provided at owner expense if DEA determines blast film is required based on DEA risk/vulnerability assessment of the property. -DEA building entrances/exits cannot be located within close proximity (minimum 1,000 walkable feet) of certain locations, which include but not limited to: A Drug-free zone Schools Areas where drug activities are prevalent -DEA space must be contiguous on one or multiple floors. -DEA must not be located in space where vehicles can drive through below the space. -DEA may consider first floor space in a multi-tenant building if the other tenants are not retail, TV stations, Radio Stations, or Print Media offices. Also neighboring tenants shall not cater to heavy public use or heavy foot/vehicle traffic. -DEA has the right to alter or secure any exterior penetrations that pose a threat to the agency operations. -If a multi-tenant building and multi-story buildings, an elevator controlled by a card reader system must be provided. There must be controlled access to DEA spaces. Risk/vulnerability assessment of the property will be on a case by case basis -DEA may require a secured method to get detainees into the building. This could be accomplished by way of Sallyports, loading docks, private stairwell, or elevator for prisoner transport. In a multi-tenant building, where a private elevator is not possible, DEA must be able to secure and control the elevator during prisoner transport. -The building�s Minimum Point of Entry (MPOE) or Demarcation Point (DMARC) shall not be located within DEA�s secured space. If the MPOE/DMARC is located within the offered DEA space, DEA considers this the responsibility of the building owner to relocate this infrastructure to a different point in the building. DEA cannot be in a building with the following: -Federal, State, and local agencies whose primary clientele are involved in or have ties to criminal elements. -Private firms whose primary clientele are involved in or have ties to criminal elements. -Agencies providing probation and/or parole services -Agencies providing drug abuse counseling/rehabilitation programs -Agencies providing social services -Halfway houses -Residential units� ��������������� ���������������������� Agency Tenant Improvement Allowance������������� Existing leased space:������ ����������� $52.37 per ABOA SF Other locations offered:����� ����������� $52.37 per ABOA SF Building Specific Amortized Capital (BSAC)������� Existing leased space:������� ����������� $25.00 per ABOA SF �Other locations offered:������ ����������� $25.00 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 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 22-REG07.� In addition, the Government will use its AAAP to satisfy the above space requirement. Offerors 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�. For technical assistance with AAAP, email LOP.help@gsa.gov. The Open Period is the 1st through the 7th of each month, ending at 7:30 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 7:30 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 and will not be considered for projects executed during that time period. Lease award will be made to the lowest price, technically acceptable offer, without negotiations, based upon the requirements in this 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 advertisement and the RLP 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 2021, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2022 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY22 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. Agency Contact: �Kobie Stroman -kobie.stroman@gsa.gov (817) 978-4449
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1da4ef5be1b643b5a8b1bf058f15239b/view)
- Place of Performance
- Address: Little Rock, AR, USA
- Country: USA
- Country: USA
- Record
- SN06152358-F 20211008/211006230119 (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 |