Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #22- REG07 - OFFICE SPACE

expired opportunity(Expired)
From: Federal Government(Federal)
22-REG07_9OK2185

Basic Details

started - 16 Jun, 2022 (22 months ago)

Start Date

16 Jun, 2022 (22 months ago)
due - 07 Jul, 2022 (21 months ago)

Due Date

07 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
22-REG07_9OK2185

Identifier

22-REG07_9OK2185
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20125)PUBLIC BUILDINGS SERVICE (15798)PBS R7 (935)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This advertisement is hereby incorporated into the RLP 22-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: NormanState: Oklahoma                       Delineated Area:  North: W. Indiana Hills Rd. East: 24th Ave. NW; N. Flood Ave. South: W. Robinson St.; W. Main St. West: 6th Ave. NW; 48th Ave NW            Minimum ABOA Sq. Ft.:  4,771    Maximum ABOA Sq. Ft.: 5,487      Space Type:  Office                        Term*:  15 years    13 years firmAmortization 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:  •    All space must be contiguous, on the 2nd floor or higher. •    If no 2nd  floor or higher space is available 1st floor space
will be considered. First-floor spaces requires additional security measures such as exterior skin of the building substantial construction (e.g., concrete, concrete masonry unit, brick) if not meet the Tenant’s forced entry protection requirements, interior assembly of perimeter partitions must be constructed in accordance with Tenant Agency specifications; fragment retention film on all perimeter windows rated for radio frequency (RF) and infrared (IR) shielding; All perimeter windows  less than 18’ 0” from grade or accessible platform (e.g., air conditioners, fire stairs, adjacent roofs, ledges, or windows) must have a forced entry protection such as man bars or security screening to be determined by Tenant Security; Roofs less than 18’ 0” from grade or an accessible platform also must meet the same forced entry protection and sound attenuation requirements as the building’s perimeter partitions, metal roofs less than 18’ 0” from grade or accessible platform must meet the same forced entry protection and sound attenuation requirements as the perimeter partitions; Metal Structure buildings  that will have an “Open Storage Secure” security posture must have the secured perimeter constructed to meet forced entry protection requirements to be approved by Tenant Agency; if the space/and or building is wood joist construction, or in an historical building additional security measures will be required, such as increased sound isolation, hard capping the ceiling of the suite, and proving additional layer of plywood over existing floor systems; skylights must be removed or secured with forced entry protection and applied opaque film to prevent visual observation. •    The proposed facility must not be located within 400’ of Public Defenders, Immigration and Customs Enforcement (ICE), Probation offices, Internal Revenue Service (IRS), Universities, other businesses or facilities deemed unacceptable by the tenant. This requirement may be waived by the tenant if no other facility is deemed acceptable. In those cases, enhanced security requirements may be required.•    Proposed tenant spaces or facilities within 400’ or adjacent to facilities associated with foreign powers identified in the National Security Threat List, will not be considered.•    The proposed site must not be within 640' of any facilities identified by the Interagency Security Committee (ISC) as “hazardous materials transportation/storage facilities.”1.Hazardous locations include facilities with potential environmental threats (e.g., fuel storage areas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardous material).2.    Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (e.g., hazardous materials storage sites, water purification centers, above ground fuel storage, and rail yards).3.    The proposed facility should not be located near “Low Risk Facilities” (e.g., day care centers, senior centers, schools, hospitals, and religious/rehabilitation/social service centers).•    The exterior wall of the building must meet the tenant’s forced entry protection requirements. •    Facilities with underground parking must have access-controlled parking restricted to building tenants. Open and/or general public parking is not permitted below the building proposed for the tenant’s office.•    Various setback requirements will apply depending on the federal security level required.  A multi-tenant building with public parking within 20' of the building will not be considered for a facility with a FSL I or II rating. A multi-tenant building with public parking within 30' of the building will not be considered for a facility with an FSL III, IV, or V rating. A standalone building with public parking within 100' of the building will not be considered for a facility within an FSL III, IV, or V rating. •    The floor load of the proposed building must be capable of supporting file safes weighing between 850 lbs. and 1,000 lbs. each dispersed throughout the office.•    Access to the space and elevators must be able 7 days a week, 24 hours a day and 365 days per year.•    One (1) elevator must be equipped with override control. If the office is located on the 6th floor or above, the elevator must be on emergency power.Agency Tenant Improvement Allowance              Existing leased space:           $50.45 per ABOA SFOther locations offered:          $50.45 per ABOA SF Building Specific Amortized Capital (BSAC)            Existing leased space:            $12.00 per ABOA SFOther locations offered:           $25.00 per ABOA SF 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_BOfferors 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 FY22 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 2021, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2022 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY22 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. 

Norman ,
 OK   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 531120Lessors of Nonresidential Buildings (except Miniwarehouses)
pscCode X1AALEASE/RENTAL OF OFFICE BUILDINGS