Inactive
Notice ID:2WA0638
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Washington City: Vancouver Delineated Area: City Limits Minimum Sq. Ft. (ABOA): 4,509 Maximum Sq. Ft. (...
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Washington City: Vancouver Delineated Area: City Limits Minimum Sq. Ft. (ABOA): 4,509 Maximum Sq. Ft. (ABOA): 4,961 Space Type: Office Parking Spaces (Reserved): 8 Full Term: 10 Years Firm Term: 5 Years Option Term: Two 5-Year Renewal Options Additional Requirements Offered space shall: 1. Not be collocated with prisons, bail bonds, mental counseling centers, outpatient drug centers, daycares, places of worship, and residential units. 2. Be contiguous and above-ground. 3. Preferably have 8 ft. 6 in. – 12 ft. ceiling heights. 4. Preferably have one reserved parking space adjacent to or near a freight elevator, loading dock, or service entrance. 5. Have separate public and employee building entrances. 6. Have restricted access control for building tenants in facilities with underground parking. 7. Rest Rooms. a. The base building must provide common area restrooms that comply with specifications in the RLP/lease or all applicable local codes. b. They must be located on each floor that the tenant agency occupies and be within 200’ of the tenant suite entry or entries. c. They shall not be located within tenant space. d. The tenant agency shall not pay for construction of rest rooms for use by either employees or visitors. 8. Structural elements. a. This tenant agency’s field offices typically require 70-80% open office planning, with standardized 6’x8’ systems furniture workstations and 8’x12’ offices. For effective space utilization, a minimum of 30’-0” o.c. between structural elements (columns, core, curtain wall, etc.) is desired. For most efficient office layouts on window walls, mullion spacing of 5’-0” o.c. is preferred. Offered space must be: • located in a quality building of sound and substantial construction as described in this RLP; • have a potential for efficient layout; • be within the square footage range to be considered; and • be in compliance with all of the Government's minimum requirements set forth herein. For purposes of this RLP, the definition of ANSI/BOMA office area square feet is in the “Standard for Measuring Office Area and Other Space” paragraph in the DEFINITIONS AND GENERAL TERMS section. PLEASE READ CAREFULLY: To demonstrate potential for efficient layout, the offeror may be required to provide a test fit layout at the offeror's expense when the offered space contains certain features such as: o narrow column spacing; o atriums, light wells, or other areas interrupting contiguous spaces; o extremely long, narrow runs of space; o irregular space configurations; or o other unusual building features. See Section 2.01, Efficiency of Layout and Section 3.04 A-11, Due Diligence – Additional Submittals of the RLP Form R100A for specific instructions on what is required for the test fit. The Government will advise the offeror if the test fit layout demonstrates that the Government's requirement cannot be accommodated within the offered space. The offeror will have the option of increasing the ANSI/BOMA office area (usable) square footage offered, provided that it does not exceed the maximum ANSI/BOMA office area (usable) square footage in this RLP. If the offeror is already providing the maximum ANSI/BOMA office area (usable) square footage and cannot house the Government's space requirements, the Government will advise the offeror that the offer is unacceptable. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain). Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. Offers Due: Occupancy (Estimated): October 3, 2023 August 1, 2025 Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the “Registration” link, and follow the instructions to register. Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website. Solicitation Number: Solicitation (RLP) Number 2WA0638 Government Contact Information (Not for Offer Submission): Lease Contracting Officer (617) 306-8195 Alisha.Wofford@gsa.gov Note: Entities not currently registered in the System for Award Management (SAM.gov) are gistration process as soon as possible.