Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG00 - Office Space
Agency: | GENERAL SERVICES ADMINISTRATION |
---|---|
State: | Texas |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159931551205984 |
Posted Date: | Mar 30, 2023 |
Due Date: | May 8, 2023 |
Solicitation No: | 23-REG00_9TX3318 |
Source: | Members Only |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 30, 2023 03:19 pm EDT
- Original Date Offers Due: May 08, 2023 07:30 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 23, 2023
-
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:
Austin , TXUSA
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: Austin
State: Texas
Delineated Area: North – N Capital of Texas Hwy (SH-360) . South - Spicewood Springs RD southwest to Mopac Expressway (SH-1) East – Mopac Expressway (SH-1 and US-183 Intersection West SH 360 to Spicewood Springs Rd
Minimum ABOA Square Feet: 5,942
Maximum ABOA Square Feet: 6,534
Space Type: Office
Lease Term: 10/5
Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements.
Amortization Term: 5 years for both Tenant Improvements and Building Specific Amortized Capital.
AGENCY UNIQUE REQUIREMENTS
Agency Unique Requirements: Security Level II
The proposed office space will be eliminated from consideration if any of the following are applicable:
i. Proposed office space is on the first floor or below the first floor of the building.
ii. Proposed office space is on the top floor of the building and rooftop access is within the space.
iii. Proposed office space is inside a shopping mall or shopping center.
iv. Proposed building houses day care facilities, abortion clinics, mental health clinics, or drug rehabilitation clinics, immigration, probations, public defenders, and/or social services (including but not limited to: Social Security Administration (SSA) and Department of Health and Human Services (HHS)) within the building.
v. Proposed building will not or cannot accommodate secured parking for TENANT official vehicles at this facility.
vi. Proposed building or parking facility is within 1,000 feet of agencies or tenants identified in iv. Above.
Parking Requirements: 20 Structured secured / reserved
i. Secured parking spaces are required for government vehicles. The government requires a parking garage with a secure fenced/divided area or on-grade lot within a secure fenced area. Access to the parking area is required at all times - 24 hours a day/7 days a week (24/7). It is desirable that only TENANT personnel have access to the parking area. If parking cannot be provided on-site (i.e. basement garage, attached building garage, or site lot), parking should be located within a two-block radius of the office. Access to the parking lots must be controlled. Parking lots and all access from the building to the parking lots must be well lit at all times to ensure safety (i.e. a minimum of 10 foot candle level of illumination). Parking spaces cannot be in a shared lot with buildings that house agencies or tenants listed on page 1 parking spaces.
ii. A 9 gauge chain link fence that is a minimum of 8 feet high on concrete slab to concrete slab.
iii. A top-guard, which is an overhang of three strands of barbed wire, along the top of the 8 feet high fence, shall be installed at a 45 degree angle facing outward.
iv. Opaque privacy slats pre-inserted or opaque privacy screening.
v. An automated sliding vehicle gate and separate pedestrian entrance with pushbutton lock or card reader.
vi. Minimum of three strands of barbed wire running horizontally and continuously along the top of the 8 feet high fence.
All vertical fence posts shall be embedded in concrete.
Agency Tenant Improvement Allowance:
Existing leased space: $25.00 per ABOA SF
Other locations offered: $50.00 per ABOA SF
Building Specific Amortized Capital (BSAC):
Existing leased space: $0.00 per ABOA SF
Other locations offered: $0.00 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
Please contact:
Tye Likes – LS/LCO
tyrel.likes@gsa.gov
817-344-7117
Anthony “Jack” Jackson – Project Manager
anthony.jackson@gsa.gov
817-850-8231
- OFFICE OF LEASING 819 TAYLOR STREET
- FORT WORTH , TX 76102
- USA
- Tye Likes
- Tyrel.Likes@gsa.gov
- Phone Number 8173447117
- Anthony Jackson
- anthony.jackson@gsa.gov
- Phone Number 8178508231
- Mar 30, 2023 03:19 pm EDTCombined 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.