Lease of Office Space within Region 4. RLP #20-REG04 - OFFICE SPACE

expired opportunity(Expired)
From: Federal Government(Federal)
20-REG04_9MS2103

Basic Details

started - 30 Jul, 2020 (about 3 years ago)

Start Date

30 Jul, 2020 (about 3 years ago)
due - 08 Aug, 2020 (about 3 years ago)

Due Date

08 Aug, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
20-REG04_9MS2103

Identifier

20-REG04_9MS2103
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20141)PUBLIC BUILDINGS SERVICE (15814)PBS R4 (1720)
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 20-REG04 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:  OxfordState:  MS                               Delineated Area: North: HWY 30South:  Area North of 278 ( Moll Barr Rd.), to include area East of HWY 334 where County Administration Buildings are located.East: Hwy 217 West:  North Lamar Bldv          Minimum ABOA Sq. Ft.:     7,126          Maximum ABOA Sq. Ft.:    7,839          Space Type:    Office                            Term*:    15/13                                                             *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements.Agency Unique Requirements:           1. General OfficeOffice space should be located within the Oxford, MS metropolitan area.  The space must be central within the Agency’s
area-of-responsibility and close to major arteries and highway systems, in order to allow personnel to respond quickly to operations throughout its vast area of jurisdiction.The building entrance must be obscure, and separate from other building tenants.  Entry into the building must provide access directly from the exterior without having to traverse interior circulation.The facility must allow for 24-hour access to the building, at no additional cost to the Agency for after-hours use.The suite must be equipped with a backup generator or a UPS system.  A UPS for dedicated circuits is critical.2.  Office AreaOpen office area must be a contiguous space that allows for all workstationsThe facility must have dedicated restrooms within the office suite.Design must include furniture plan.  Contractor to coordinate scheduling for installation of furniture which is under separate agency contract.Provide power, telephone, and data receptacles as required for all workstation and offices.  Contractor to coordinate scheduling for installation of telephone and data wiring, which is under a separate agency contract.Provide power for photo-copying machines at a central location for use by the open office area and private office occupants. Provide power for all equipment as required throughout the suite.  Coordinate with Agency to obtain specifications for equipment.3.  Conference Rooms, Debrief Conference Rooms, and Resource Training ClassroomsTraining classrooms must be equipped with video-conference capability.  Including floor and wall mounted receptacles for telephone and data.  Floor mounted receptacles are must be located throughout the center of the space to allow alternate room configurations.  Include locations for a minimum of two monitors at opposite ends of the room, based upon the room configuration. Large Resource Training Room must be equipped with video-conference capability.  Including floor and wall mounted receptacles for power, telephone and data.  Include space for control module monitoring the shoot house exercises. Focus Conference Rooms must include telephone and data capability. Provide marker boards, and cork board in each focus/conference/training room.  Amount to be determined by size of space. 4.  Tactical Area/VaultProvide 24” deep fixed industrial shelving as required to support tactical equipment.Provide weapon storage rack as required to quantity held within the office.  5.  ParkingProvide dedicated parking spaces that are a mix of secure and reserved spaces.  Mix of secure and reserved space will be determined during the design process.  The parking spaces should be discrete, and allow for obscure ingress and egress of the building by Agency personnel.  Provide 1 space per Agency Government Owned Vehicles.Parking lot layout should also allow for direct, un-impeded access to and from the street, allowing quick vehicular ingress and egress.Parking that is fenced in must be visually shielded from the public. 6.  Security RequirementsProvide rough-ins for security device installation, including power, conduit, ring and string, and junction boxes.  Contractor to coordinate scheduling for installation of security wiring and devices, which under a separate agency contract.Ground floor office locations must have glass-break sensors on all exterior windows.  Provide infrastructure conduit, junction box, and power in the ceiling for device installation. Ground level office locations will require obscure tint treatment on all exterior windows. Entrance to the office suite must have an entry control package (ECP) at all points of entry into the office suite. The Personnel Vestibule must be located on the front side of the suite, where the ECP will be comprised of a CCTV camera, a remote intercom, and a card reader with a magnetic contact switch and an electric strike on doors.  Provide a CCTV monitor, an intercom master, and a door release button at one Supervisor’s office and one central location in the open squad area.  Provide infrastructure conduit, junction box, and power for installation of devices by others.  Contractor to coordinate scheduling for installation of security wiring and devices, which is under a separate agency contract. Provide a Physical Access Control Systems (PACS) for access to the secured parking area.  PACS includes a proximity card reader, CCTV camera, and remote intercom.  Provide infrastructure conduit, junction boxes and power for installation of devices by others.  Contractor to coordinate scheduling for installation of security wiring and devices which under separate agency contract.7.  MiscellaneousProvide ring and string for telephone, data, and security wiring.  Contractor must include all power, backer board, and junction boxes as required to support Agency device installation by others.  Contractor to coordinate with telephone, data and security contractor to install required wiring and devices.The facility must have a dedicated computer/IT room within the office suite.8.  Agency must review and approve each design submission, including modifications.  Contract documents must be submitted to the Agency in DWG (AutoCAD) and PDF formats.             Agency Tenant Improvement Allowance              Existing leased space:                   $30.30 per ABOA SFOther locations offered:                  $39.30 per ABOA SFBuilding Specific Amortized Capital (BSAC)        Existing leased space:                    $10.72    per ABOA SFOther locations offered:                   $15.72    per ABOA SF 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 RLP 20-REG04.  In addition, the Government will use its AAAP to satisfy the above space requirement.Note: Due to recent public health concerns surrounding COVID-19, GSA has amended the AAAP Request for Lease Proposals and AAAP Lease. The Amendment — AAAP Amendment # 2 — can be found in the RLP package on the AAAP website. Note the increased level of responsibility for janitorial services and ensure offers are priced accordingly. Increased costs for cleaning related to COVID-19 should be included in the shell rate when offering via AAAP. GSA will document the cost as a separate line item in the rent schedule when drafting the lease document for any successful offeror.Note: It is highly recommended that offerors start the SAM registration process ASAP. Refer to RLP Clause 3.06, Item 7.Note (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.  Interested parties 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”.The Open Period is the 1st through the 7th of each month, ending at 11:59 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 11:59 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 (1st/8th through the end of each month) and will not be considered for projects executed during that time period.This advertisement is hereby incorporated into the RLP 20-REG04 by way of reference as an RLP attachment.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 RLP 20-REG04 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 2019, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2020 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY20 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.

Oxford ,
 MS   USALocation

Place Of Performance : N/A

Country : United States

You may also like

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

Due: 07 May, 2024 (in 9 days)Agency: GENERAL SERVICES ADMINISTRATION

Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #24-REG09 - Office Space

Due: 07 May, 2024 (in 9 days)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