Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2023 SAM #7948
SOLICITATION NOTICE

X -- Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 - Office Space

Notice Date
8/30/2023 7:20:56 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
23-REG07_2LA0299_
 
Response Due
9/7/2023 4:30:00 PM
 
Archive Date
09/22/2023
 
Point of Contact
Marc Hortinela, Phone: 8178508330, Shelli Patterson, Phone: 8174658305
 
E-Mail Address
marcryan.hortinela@gsa.gov, shelli.patterson@gsa.gov
(marcryan.hortinela@gsa.gov, shelli.patterson@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 23-REG07 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: New Orleans/Metairie State: LA Delineated Area: North - Lake Pontchartrain South - Hwy 61 West - Loyola Drive East - Orleans Avenue Minimum ABOA�Square Feet: 2,427 Maximum ABOA Square Feet: 2,427 Space Type: Office Lease Term: 15/13 Offerors are encouraged to submit rates for all terms available in the AAAP for consideration� against future GSA requirements. Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital. AGENCY UNIQUE REQUIREMENTS 1. Building floor plate must be minimum of 2,427 ABOA SF 2. Column spacing shall be a minimum of 25� on center with column furring not exceeding 12� on any� side. This does not apply to columns at the exterior walls, or to the distance between an interior� support column and the building core or exterior. Column spacing must be acceptable to the� government. 3. Minimum ceiling height 9� clear. 4. Space must be contiguous (both horizontally and vertically) and have the potential for an� efficient layout. 5. Public transportation must be available within one half mile of the entrance to the building. 6. The Government requires a fully serviced lease. All services, janitorial supplies, utilities,� partitioning and tenant alterations are desired as part of the fully serviced rent. 7. Space will not be considered where apartment space or other living quarters are located within� the building. Agency Tenant Improvement Allowance: Existing leased space: N/A Other locations offered: $47.75 per ABOA SF Building Specific Amortized Capital (BSAC): Existing leased space: N/A Other locations offered: $12.00 per ABOA SF IMPORTANT NOTES Check the attachments and links section of this notice for possible, additional project-specific� requirements or modifications to the RLP. 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 the FY23 AAAP� RLP. 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 2022, the AAAP application has a copy feature which� will allow existing offers to be copied over to the FY 2023 RLP in order to avoid having to� re-enter all of the data manually. Please be sure to review FY23 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. Attachments/Links Contact Information Marc Hortinela GSA Leasing Specialist, marcryan.hortinela@gsa.gov Office: 817-850-8330 Shelli Patterson GSA Project Manager, shelli.patterson@gsa.gov Office: 817-456-8305 �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a08f03608baa4206b3fda851597f10ca/view)
 
Place of Performance
Address: New Orleans, LA, USA
Country: USA
 
Record
SN06812722-F 20230901/230830230052 (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.