RFI for the TSA JFK Offsite Location: REVISED 3/8/2024

Agency:
State: New York
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159452991718903
Posted Date: Mar 8, 2024
Due Date: Apr 8, 2024
Source: Members Only
Follow
RFI for the TSA JFK Offsite Location: REVISED 3/8/2024
Active
Contract Opportunity
Notice ID
SS-REMD-24-0002
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
TRANSPORTATION SECURITY ADMINISTRATION
Office
TSA Direct Leasing
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 08, 2024 08:41 am EST
  • Original Published Date: Mar 07, 2024 09:28 am EST
  • Updated Response Date: Apr 08, 2024 11:59 pm EDT
  • Original Response Date: Apr 07, 2024 11:59 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 09, 2024
  • Original Inactive Date: Apr 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Jamaica , NY 11430
    USA
Description

REVISED REPOST





REQUIREMENT: The Transportation Security Administration is interested in leasing approximately 47,000 – 48,000 rentable square feet of space: 41,000 RSF of office space and 6,550 of warehouse space (+/- 10% - yielding a minimum of 36,000 ANSI/BOMA Office Area and 6,400 ANSI/BOMA warehouse square feet) of above grade Class A or Class B office space of available for occupancy for personnel, furnishings, training and equipment. Contiguous space is preferred however, space located on multiple floors will be considered.



This space shall provide a minimum of 155 parking spaces (which includes 70 reserved parking spaces) included in the rent.



Identified buildings should provide efficient tenant layouts and contain modern mechanical systems, with an onsite maintenance and management function. Offered space must meet Government requirements for fire safety, seismic and sustainability standards. A fully service lease is required including all services, preventative maintenance services, supplies, and utilities. Offered space shall not be in the 100 year flood plain.



Potential Lessors must be able to accommodate utilities seven (7) days a week, 365 days per year, when applicable. Potential Lessors must be able to install and maintain separate supplemental units, including a separate electric meter, reimbursable by the Government.



It is anticipated Tenant Improvements, which will include TSA specific requirements, are to be expected and amortized over the firm term of 5 years.



LEASE TERM: 10-year, 5-year firm term fully serviced lease with full termination rights after the fifth year



DELINEATED AREA: Within a 5-minute drive of the John F. Kennedy International Airport (JFK): The four-mile radius includes




  • North: Springfield Lane

  • South: Rockaway Blvd

  • East: Rockaway Blvd

  • West: Brookville Blvd



Short distance accessibility to the airport is paramount.





SAM Requirement - Lessor/company must be registered in System for Acquisition Management (SAM). If the lessor/company is not currently registered in SAM, they may do so by going to the SAM web site at System for Award Management (sam.gov). It is highly encouraged that the interested party begin registration as quickly as possible as the process can be lengthy.



WRITTEN EXPRESSIONS OF INTEREST MUST BE SENT TO THE TSA CONTRACTING OFFICER (tasha.hill@tsa.dhs.gov), VIA EMAIL, NO LATER THAN 04/08/2024 BY 11:59 PM EST AND SHALL INCLUDE THE FOLLOWING:




  1. Building/Site Name and Address

  2. Rentable and Usable Square Footage available to be offered

  3. Date of space availability

  4. Fully Serviced Rental Rate and Common Area Factor

  5. Building Floor Plans and Site Plan Showing Parking Area

  6. Building ownership information

  7. Name, address, telephone number, and email address of authorized contact



It is the responsibility of the interested party to ensure Government receipt of all written correspondence.



This Notice is not a Solicitation but a Sources Sought/Request for Information. The Government is not responsible for any costs incurred, to include proposal or mailing costs, by interested parties in response to this advertisement.






Attachments/Links
Contact Information
Contracting Office Address
  • 6595 Springfield Center Drive
  • Springfield , DC 20598
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >