Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

X -- Lease of Office Space within Region 4. RLP #21-REG04 - OFFICE SPACE

Notice Date
1/13/2021 10:21:53 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R4 ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
20-REG04_9GA2209
 
Response Due
2/8/2021 4:30:00 PM
 
Archive Date
02/23/2021
 
Point of Contact
Teresa J. Holmes, Phone: 404-291-5495, Marc J. Skinner, Phone: 4045620751, Fax: 4045622747
 
E-Mail Address
teresa.holmes@gsa.gov, marcus.skinner@gsa.gov
(teresa.holmes@gsa.gov, marcus.skinner@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 21-REG04 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:� Columbus State:��� Georgia��������������� �������� Delineated Area:������ Columbus, Georgia�������� ��� Minimum ABOA Sq. Ft.:���� 5,060 USF��� Maximum ABOA Sq. Ft.:��� 5,560 USF��� Parking:����������� 18 Secured Parking Spaces Space Type:��������������� Office����� Term*:����� 10 years / 8-years firm Amortization Term:������� 8 years for both Tenant Improvements�and Building Specific Amortized Capital���� Agency Tenant Improvement Allowance������������� Existing leased space:������ ����������� $11.80 per ABOA SF Other locations offered:����� ����������� $51.73 per ABOA SF Building Specific Amortized Capital (BSAC)������ � Existing leased space:������� ����������� $25.00 per ABOA SF Other locations offered:������ ����������� $25.00 per ABOA SF Rent is subject to adjustment based upon the final Tenant Improvement (TI) cost to be amortized in the rental rate, as agreed upon by the parties subsequent to the Lease Award Date. Rent is subject to adjustment based on the final Building Specific Amortized Capital (BSAC) cost to be amortized in the rental rate, as agreed upon by the parties subsequent to the Lease Award Date ��������������������������������������� ���������� *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements:�� Contiguous space on a single floor or adjoining floors (including stacked space) is required. 2nd floor or above is preferred, though 1st floor space will be considered on a site by site basis based on security assessments and potential methods of remediation. The Government shall have access to the space 24 hours a day, 7 days a week, and 365 days a year.� The site shall have a minimum of 20-foot setback from building to all sidewalks, access streets, parking lots, adjoining streets; a fence meeting the Government specifications is required.� The Government shall determine if blast film is required based on risk/vulnerability assessment of the property.� If the proposed site is a multi-tenant building, the other tenants shall not be retail and shall not cater to heavy public use or heavy foot/vehicle traffic.� Risk/vulnerability assessment of the property will be on a case by case basis.� Contiguous space on a single floor is required.� The Government shall have the right to relocate exterior penetrations for security concerns. The Government shall have the right to mount roof antennas. Collocation For security and safety of employees, and Government operations, Government cannot be collocated with: A. Federal Agencies whose primary clientele are involved in or have ties to criminal elements. B. State Agencies whose primary clientele are involved in or have ties to criminal elements. C. Local Government Agencies whose primary clientele are involved in or have ties to criminal elements. Entities which the Government cannot be located within 1,000 walkable feet Government is not to be located in any building or within 1,000 walkable feet of agencies or industry types A. Private firms whose primary clientele are involved in or have ties to criminal elements. B. Agencies providing probation and/or parole services C. Halfway houses, D. Agencies providing drug abuse counseling/rehabilitation programs, E. Agencies providing social service agencies and welfare type programs, F. Agencies providing welfare type programs G. Private law firms representing drug offenders Proximity to Government Entrances and Exits Government building entrances/exits are not to be located within a 1,000-foot minimum boundary of: 1,000 walkable feet from a day care center boundary.� 1,000 walkable feet from a Drug-free zone. 1,000 walkable feet from a park. 1,000 walkable feet from a school. 1,000 walkable feet of areas where drug activities are prevalent. 1,000 walkable feet of hotels and or motels. 1,000 walkable feet of medical professionals of any type. 1,000 walkable feet of places of worship.� 1,000 walkable feet of print media offices. 1,000 walkable feet of radio stations. 1,000 walkable feet of residential housing.� 1,000 walkable feet of shopping centers. 1,000 walkable feet of stadiums/arenas. 1,000 walkable feet of TV stations. Operational Security (OPSEC) Operational Areas Some areas within the delineated area may conflict with OPSEC.� Local and HQ�s security will make determinations on the suitability of the immediate area surrounding the proposed building.�� Surveillance Certain factors can be deemed acceptable, however may not pose an unacceptable risk of surveillance of facilities, operations, or property. DEA will assess the security of operations during the site selection/market survey process. The determination of the acceptance of locations where easy surveillance of facilities creates an unacceptable security risk to operations is within the sole discretion of the LCO and the tenant agency. Surrounding and Adjacent Properties Surrounding and Adjacent properties shall be at the same grade level as the proposed space.� This includes (but not limited to) office building, warehouse, surface parking, and parking structure. Residential adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the government's discretion, may be eliminated from consideration. ������������������� ���� � 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-REG04.� 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 2020, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2021 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY21 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://beta.sam.gov/opp/12263e3bb7d04ea5911af46dfa8bf98c/view)
 
Place of Performance
Address: Columbus, GA 31906, USA
Zip Code: 31906
Country: USA
 
Record
SN05891650-F 20210115/210113230108 (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  © 1994-2020, Loren Data Corp.