SOLICITATION NOTICE
X -- Lease of Office Space within Region 3 - Request for Lease Proposals (RLP) #24-REG03 - Office Space in Bridgeton, NJ
- Notice Date
- 4/15/2024 4:39:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R3 OFFICE OF LEASING PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- 1NJ2173
- Response Due
- 5/7/2024 4:30:00 PM
- Archive Date
- 05/22/2024
- Point of Contact
- Jennifer La Valle, Phone: 2673249353
- E-Mail Address
-
jennifer.lavalle@gsa.gov
(jennifer.lavalle@gsa.gov)
- Description
- This advertisement is hereby incorporated into the RLP 24-REG03 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): Cities: Bridgeton, Vineland, Millville, Fairfield Twp, Upper Deerfield Twp, Deerfield Twp, Pittsgrove State: � New Jersey Delineated Area: North - Rt 612 and Rt 630 to Rt 77. Rt 77 to Rt 711. Rt 711 to Rt 729. Rt 729 to Husted Station Rd. Husted Station Rd to Centerton Rd. Centerton Rd to Morton Ave. Morton Ave to Big Oak Rd. Big Oak Rd to Landis Ave. Landis Ave to Alvine Rd. Alvine Rd to Almond Rd. Almond Rd to Hwy 55. Hwy 55 to W Garden Rd. W Garden Rd to Main Rd. East - Garden Rd and Main Rd to Wheaton Ave. Wheaton Ave to E Broad St. E Broad St to Rt 47. South - E Broad St and Rt 47 to Hwy 55. Hwy 55 to W Sherman Ave. W Sherman Ave to Irving Ave. Irving Ave to S Woodruff Rd. S Woodruff Rd to Fairton Gouldtown Rd. Fairton Gouldtown Rd to Bridgeton Fairton Rd. West - Fairton Gouldtown Rd and Bridgeton Fairton Rd to South Ave. South Ave to Pearl St. Pearl St to W Broad St. W Broad St to West Ave N. West Ave N to Park Dr W. Park Dr W to Deerfield Bridgeton Pike. Deerfield Bridgeton Pike to Rt 612. Minimum ABOA Square Feet: 7,766 ABOA SF Maximum ABOA Square Feet: 8,155 ABOA SF Space Type: Office Lease Term: 15 years, 13 Firm Amortization Term: 8 years for both Tenant Improvements�and Building Specific Amortized Capital. Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. AGENCY UNIQUE REQUIREMENTS 1. Contiguous space on street level is required. Where space is located above street level, elevator service shall consist of a minimum of two accessible elevators which serve the floor proposed for the Government. One of the accessible elevators may serve as a freight elevator, provided that the public route of travel does not require access to the employee�s entrance. 2. Contiguous space on one floor is required. 3. Column size cannot exceed two (2�) feet square and space between columns and/or walls throughout the offered space shall be predominantly no less than 20 feet. 4. Onsite parking shall meet code.� In the absence of onsite parking, the following applies: parking shall be available within a walkable 1,320 feet from the offered space. Restricted time-limit parking is not acceptable. A loading/unloading zone shall be provided directly outside of the building entrance to the offered space, or handicapped accessible parking shall be located within the same block of offered space. 5. Public transit is required within a walkable 1,320 feet from the offered building, running on an hourly basis (minimum) from 7:00 AM to 6:00 PM, except Saturdays, Sundays and federal holidays. 6. Offered Space shall allow for an accessible main public entrance and an accessible separate employee entrance as part of the shell rate. 7.�Ceilings shall be at a minimum 9�-0� measured from floor to the lowest obstruction. 8. At the discretion of the LCO, a test fit may be required to determine effective space utilization and efficiency of layout. Agency Tenant Improvement Allowance*: $66.04 per ABOA SF (rounded) Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF *The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance under sub-paragraph A.1 above by approximately $140.96 per ABOA SF. The Government will use the TI Allowance as stated above in evaluating the TI rent component of offers; however, this does not preclude the Government from consideration of move-related replications costs in the evaluation, as outlined under the paragraph �Present Value Price Evaluation.� The disclosure of this anticipated overage is not intended to be construed as an estimate of move-related replication costs. Also, it is not intended to serve as either an accurate estimate or an agreement by the Government as to the final pricing of the TI work, nor is it a commitment by the Government as to the level of TI work that eventually will be required. This disclosure is only intended to assist Offerors in understanding their potential obligation with respect to financing the full amount of Tenant improvements, as outlined under the Lease Paragraph �Tenant Improvement Rental Adjustment.� 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. HOW TO OFFER The Automated Advanced Acquisition Program (AAAP), located at https://leasing.gsa.gov/, will enable interested parties to offer space for lease to the Federal Government in response to the FY24 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 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://leasing.gsa.gov/leasing/s/AAAP-PortalHome. If you have previously submitted an offer in FY 2023, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2024 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY24 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://sam.gov/opp/7b4a0b105816454b9c0a83e72a0ee602/view)
- Place of Performance
- Address: Bridgeton, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07030517-F 20240417/240415230052 (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 |