Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #24-REG07 - Office Space
Agency: | |
---|---|
State: | Texas |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159909929768013 |
Posted Date: | Feb 13, 2024 |
Due Date: | Mar 7, 2024 |
Source: | Members Only |
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).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 13, 2024 10:10 am EST
- Original Date Offers Due: Mar 07, 2024 07:30 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 22, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Houston , TXUSA
This advertisement is hereby incorporated into the RLP 24-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: Houston
State: TX
Delineated Area:
- North Boundary: HWY 1488
- East Boundary: Interstate 45
- South Boundary: Beltway 8 to Antoine Dr, to Spears, to Rankin to I-45.
- West Boundary: HWY 249
Minimum ABOA Square Feet: 3,043
Maximum ABOA Square Feet: 3,143
Space Type: Office
Lease Term: 17 / 15
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. The floor load for an area of approximately 345 Rentable Square Feet must be able to support approximately 1,300 lbs. or greater to support heavy duty storage or equipment.
2. The proposed location must provide a 20' (foot) setback from roads and adjacent property lines, building entrances/exits (including emergency exits) are not to be located 400 feet, or within the 400 feet of Drug-free zone of school, park, daycare boundaries, hotels, shopping areas, religious centers, and social services centers.
3. The proposed facility shall not be located in the specified vicinity of any “hazardous” facilities. The space cannot be located within the following distances: 150 feet of fuel storage areas and gas stations, 640 feet of chemical manufacturing facilities, etc., and 640 feet of railroad lines transporting hazardous material.
4. The Space shall be located in an office, research, technology, or business park that is modern in design with a campus-like atmosphere; or, on an attractively landscaped site containing one or more modern office Buildings that are professional and prestigious in appearance with the surrounding development well maintained and in consonance with a professional image.
5. The Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.
6. The proposed facility shall not be located within a building housing the US Immigration and Custom Enforcement (ICE)
7. Proposed space must be contiguous, not located on the first or top floor.
8. Onsite secured, assigned reserved parking required, facility much have the capability to support/install a carport for a minimum of 9 vehicles. Facilities that provide underground parking shall have access-controlled parking restricted to building tenants only. Facilities with open/general public parking below the proposed building will not be considered.
9. Government shall have the right to mount antennas on the roof of the building.
Agency Tenant Improvement Allowance:
Existing leased space: $0.00 per ABOA SF
Other locations offered: $46.58 per ABOA SF
Building Specific Amortized Capital (BSAC):
Existing leased space: $0.00 per ABOA SF
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.
(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 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.
Attachments/Links
Contact Information
Contracting Office Address
OFFICE OF LEASING
819 TAYLOR STREET
FORT WORTH, TX 76102
USA
Primary Point of Contact
Michael Noye
michael.noye@gsa.gov
817-201-9326
Secondary Point of Contact
Keithsha Wheaton
keithsha.wheaton@gsa.gov
817-850-5597
- R7 OFFICE OF LEASING 819 TAYLOR STREET
- FORT WORTH , TX 76102
- USA
- Michael Noye
- michael.noye@gsa.gov
- Phone Number (817) 201-9326
- Keithsha Wheaton
- keithsha.wheaton@gsa.gov
- Phone Number 8178505597
- Feb 13, 2024 10:10 am ESTCombined Synopsis/Solicitation (Original)
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.