Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 - Office Space

expired opportunity(Expired)
From: Federal Government(Federal)
23-REG07_1OK2095

Basic Details

started - 17 Mar, 2023 (12 months ago)

Start Date

17 Mar, 2023 (12 months ago)
due - 07 Apr, 2023 (11 months ago)

Due Date

07 Apr, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
23-REG07_1OK2095

Identifier

23-REG07_1OK2095
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION (19914)PUBLIC BUILDINGS SERVICE (15626)PBS R7 (921)
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 23-REG07 by way of reference as an RLPattachment.U.S. GOVERNMENT seeks to lease the following office space through the Automated AdvancedAcquisition Program (AAAP):City: ArdmoreState: OklahomaDelineated Area: North Hwy 142 / East Hwy 142 to P St to Springdale to Lake Murray Dr / South Hwy 70/ West IH35Minimum ABOA Square Feet: 9,497Maximum ABOA Square Feet: 9,997Space Type: OfficeLease Term: 17 Years / 15 Years FirmOfferors are encouraged to submit rates for all terms available in the AAAP for consideration againstfuture GSA requirements.Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital.AGENCY UNIQUE REQUIREMENTS1. All space must be contiguous, on the 2nd floor or higher.2. If 2nd floor or higher space is not available then 1st floor space will be considered. First-floor spacerequires additional security measures such as substantial construction of the exterior skin of the
building(e.g., concrete, concrete masonry unit, brick) if it does not meet the tenant’s forced entry protectionrequirements. Interior assembly of perimeter partitions must be constructed in accordance with tenantagency specifications. Fragment retention film that is rated for radio frequency (RF) and infrared (IR)shielding is required on all perimeter windows. All perimeter windows that are less than 18’ 0” fromgrade or accessible platform (e.g., air conditioners, fire stairs, adjacent roofs, ledges, or windows) musthave a forced entry protection such as man bars or security screening to be determined by tenantsecurity. Roofs less than 18’ 0” from grade or from an accessible platform also must meet the sameforced entry protection and sound attenuation requirements as the building’s perimeter partitions. Metalroofs less than 18’ 0” from grade or from an accessible platform must meet the same forced entryprotection and sound attenuation requirements as the perimeter partitions. Metal structure buildingsthat will have an “Open Storage Secure” security posture must have the secured perimeter constructedto meet forced entry protection requirements to be approved by tenant agency. If the space/and orbuilding is wood frame construction, or in a historical building additional security measures will berequired such as increased sound insolation, hard capping the ceiling of the suite, and additional layerof plywood over existing floor systems. Skylights must be removed or secured with forced entryprotection and applied opaque film to prevent visual observation.3. The proposed facility must not be located within 400’ of Public Defenders, Immigration andCustoms Enforcement (ICE), Probation offices, Internal Revenue Service (IRS), Universities, orother businesses or facilities deemed unacceptable by the tenant. This requirement may be waivedby the tenant if no other facility is deemed acceptable. In those cases, enhanced securityrequirements may be required.4. Proposed tenant spaces or facilities within 400’ or adjacent to facilities associated with foreignpowers identified in the National Security Threat List, will not be considered.5. The proposed site must not be within 640' of any facilities identified by the Interagency SecurityCommittee (ISC) as “hazardous materials transportation/storage facilities.” Hazardous locations include facilities with potential environmental threats (e.g., fuel storageareas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardousmaterial). Sites located near hazardous areas may be excluded. These sites include bulk storagesites (e.g., hazardous materials storage sites, water purification centers, above ground fuelstorage, and rail yards).6. 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).7. The exterior wall of the building must meet the tenant’s forced entry protection requirements.8. Facilities with underground parking must have access-controlled parking restricted to buildingtenants. Open and/or public parking is not permitted below the building proposed for the tenant’soffice.9. Various setback requirements will apply depending on the Governments assessment of thefederal security level required at the location proposed. A multi- tenant building with publicparking, or public vehicle access, within 20 feet; of the building will not be considered for a facility witha FSL I or II rating. A multi-tenant building with public parking, or public vehicle access, within 30 feet;of the building will not be considered for a facility with an FSL III, IV, or V rating. A standalonebuilding with public parking, or public vehicle access, within 100 feet; of the building will not beconsidered for a facility with an FSL III, IV, or V rating.10. The floor load of the proposed building must be capable of supporting file safes weighingbetween 850 lbs. and 1,000 lbs. each, dispersed throughout the office.11. Access to the space and elevators must be available 24 hours a day, 7 days a week, and 365days per year.12. One (1) elevator must be equipped with override control. If the office is located on the 6 th floor orabove, the elevator must be on emergency power.Agency Tenant Improvement Allowance:Existing leased space: $0.00 per ABOA SFOther locations offered: $50.00 per ABOA SFBuilding Specific Amortized Capital (BSAC):Existing leased space: $0.00 per ABOA SFOther locations offered: $12.00 per ABOA SFIMPORTANT NOTESCheck the attachments and links section of this notice for possible, additional project-specific requirementsor modifications to the RLP.Offerors are advised to familiarize themselves with the telecommunications prohibitions outlined underSection 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by FederalAcquisition 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 theLessor’s cost. Please refer to Section 3 (Construction Standards and Shell Components) and specificallyto Paragraph 3.07 (Building Shell Requirements) of the AAAP RLP Attachment #2 titled "LeaseContract" (GSA Form L100_AAAP ) for more detail. Tenant Improvement Components are detailed underSection 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 offersubmission. 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 compliancewith Seismic Standards. Section 2.03 of the Request for Lease Proposals (RLP) outlines complianceactivities required for all leases in moderate or high seismic zones. To determine if your property lies in amoderate or high zone, please reference the map and documents on our website.HOW TO OFFERThe Automated Advanced Acquisition Program (AAAP), located at https://lop.gsa.gov/aaap, will enableinterested 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 instructionsto 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 otherwisestated by the Government and unless the 7th falls on a weekend or Federal Holiday. If the 7th falls on aweekend or Federal Holiday, the Open Period will end at 7:30 PM (ET) on the next business day. Refer toAAAP RLP paragraph 3.02.A for more details on the offer submission process. The Government reservesthe right to allow for multiple Open Periods prior to selecting an offer for award to meet this specific spacerequirement. Offers cannot be submitted during the Closed Period and will not be considered for projectsexecuted during that time period.Lease award will be made to the lowest price, technically acceptable offer, without negotiations, basedupon the requirements in this advertisement and in the RLP requirements package found on the AAAPwebsite. 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 meetFederal Government, State, and Local jurisdiction requirements, including requirements for fire and lifesafety, security, accessibility, seismic, energy, and sustainability standards in accordance with the termsof the Lease. The Lease and all documents that constitute the Lease package can be found athttps://lop.gsa.gov/aaap.If you have previously submitted an offer in FY 2022, the AAAP application has a copy feature which willallow existing offers to be copied over to the FY 2023 RLP in order to avoid having to re-enter all of thedata manually. Please be sure to review FY23 AAAP RLP Package and each page within the AAAPApplication prior to submitting your offer as some of the questions have changed. You must re-enter yourspace and rates on the ‘Space and Rates’ tab in the AAAP. Your previous offered space will not becopied.Contact InformationPrimary POC: Dusty Griffith, dusty.griffith@gsa.gov, 817-680-0641Secondary POC: Gean Collier, emma.collier@gsa.gov, 817-978-0607

Ardmore ,
 OK   USALocation

Place Of Performance : N/A

Country : United StatesState : OklahomaCity : Ardmore

You may also like

Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #24-REG03 - Office Space

Due: 08 Apr, 2024 (in 10 days)Agency: GENERAL SERVICES ADMINISTRATION

Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #24-REG00 - Office Space

Due: 08 Apr, 2024 (in 10 days)Agency: GENERAL SERVICES ADMINISTRATION

Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #24-REG07 - Office Space

Due: 07 May, 2024 (in 1 month)Agency: GENERAL SERVICES ADMINISTRATION

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