GSA Seeking Space
U.S. GOVERNMENT Notice Type: Sources Sought Solicitation #: 19-REG03_7PA2277 ________________________________________ Title: Lease of Office Space within Region X. RLP #19-REG03 - OFFICE SPACE Classif... U.S. GOVERNMENT Notice Type: Sources Sought Solicitation #: 19-REG03_7PA2277 ________________________________________ Title: Lease of Office Space within Region X. RLP #19-REG03 - OFFICE SPACE Classification Code: X - Lease of rental facilities NAICS Code: 531120-- Lessors of Nonresidential Buildings (except Miniwarehouses) ARRA: No Response Date: 06/07/2019 11:59 PM Eastern Note: The project must be run in Salesforce during the closed period that follows the response date on the ad Primary POC: Meghan KAng ________________________________________ This FBO advertisement is hereby incorporated into the RLP 19-REG03 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: York State: PA Delineated Area: Starting at Bull Road and Rosstown Road: take Rosstown Road to Lewisberry Road to Ridge Road to Fishing Creek Road to Old York Road to Valley Road to West Broadway Avenue to South York Street to Fishing Creek to the Susquehanna River to Codorus Creek to Codorus Furnace Road to N. Sherman Street Extension to Mt. Zion Road to Route 30 to Pleasant Acres Road to Stony Brook Road to Pleasant Acres Road to East Market Street to Edgewood Road to E Prospect Rd, to Mount Rose Ave. to Interstate 83 to Springwood Road, to School Street, to Oak Street, to South Queen Street, to Leader Heights Road, to Indian Rock Dam Road to Hokes Mill Road to West Market Street to Route 30 to Roosevelt Avenue, turning into Bull Road and ending at Rosstown Road. Minimum ABOA Sq. Ft.: 19,169 Maximum ABOA Sq. Ft.: 20,044 Space Type: Office Space Term*: 15 Years/13 Firm *However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Parking 53 reserved parking space for GOV's Agency Unique Requirements: A. All space shall be contiguous on one floor and on the second floor or higher. B. One elevator shall be equipped with override control. If the office is located on the sixth floor or above, the elevator shall be on emergency power. C. The office will be furnished with file safes weighing between 850 - 1,000 pounds each. Although the safes will be dispersed throughout the office, the floor load of the proposed site shall be capable of supporting this additional weight. D. No telephone, data, electrical, plumbing service or ducts other than that required for the Tenant shall be permitted to pass through the Tenant space except with specific approval from the Tenant or when routed through building space such as electrical or telephone closets dedicated to that use. All wiring, conduits, and pipes running through the space and not serving the Tenant's needs shall be removed and/or rerouted. If wiring, conduits and pipes cannot be removed and/or rerouted, they must be boxed out to secure wall type construction requirements. Where rerouting cannot be achieved, as a last alternative to not being able to utilize a non-conductive break, and following Tenant approval, an option for Ground and Wrapping is available. There shall be no telephone lines transiting the Tenant space that service other building Tenants. E. Although the Tenant's regular working hours are 7:00 a.m. to 5:30 p.m., 24-hour access to the space and an elevator shall be available, 7 days a week, 365 days per year. F. The proposed facility shall not be located within 640 feet of any facilities identified by the Interagency Security Committee (ISC) as "hazardous materials transportation/storage facilities." Examples of hazardous locations include facilities with potential environmental threats, such as fuel storage areas, gas stations, chemical manufacturing facilities, etc., as well as railroad lines transporting hazardous material. The proposed facility shall not be located within 400 feet of any low risk facilities. Examples of "low risk facilities" include day care centers, senior centers, schools, hospitals and religious/rehabilitation/social service centers. Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (hazardous materials storage sites, water purification centers, above ground fuel storage, rail yards) within 640 feet of these sites. G. The proposed facility shall not be located within 400 feet of Public Defenders, Immigration and Customs Enforcement, Probation Offices, the Internal Revenue Service, universities or other businesses or facilities deemed unacceptable by the Tenant's Physical Security Unit (PSU) for security purposes. This requirement may be waived by PSU if no other facility is deemed acceptable. Enhanced security requirements may be required. H. Proposed Tenant spaces or facilities must not be located within line of sight to facilities associated with foreign powers identified in the Tenant's National Security Threat List will not be considered. Agency Tenant Improvement Allowance: Existing Leased Space N/A Other locations offered: $50.635 per ABOA SF Building Specific Amortized Capital (BSAC) Existing leased space: N/A Other locations offered: $12.00 per ABOA SF HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at https://aaap.gsa.gov, will enable interested parties to offer space for lease to the Federal Government in response to RLP 19-REG03. In addition, the Government will use its AAAP to satisfy the above space requirement. 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. EST. 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 (Xst/th through the end of each month) and will not be considered for projects executed during that time period. This FBO advertisement is hereby incorporated into the RLP 19-REG03 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 FBO 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 FBO advertisement and RLP 19-REGXX 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://aaap.gsa.gov. * If you have previously submitted an offer in FY 2018, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2019 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY19 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »