Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2014 FBO #4778
MODIFICATION

X -- RLP Solicitation - Lease Space Sought - U.S. Government - Amendment 1

Notice Date
12/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, District of Columbia, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
CSOSA-15-L-0001
 
Archive Date
12/13/2014
 
Point of Contact
Tiffany de Lisio, Phone: 202-220-5788, Lawrence B. Toperoff, Phone: 202-220-5710
 
E-Mail Address
tiffany.delisio@csosa.gov, lawrence.toperoff@csosa.gov
(tiffany.delisio@csosa.gov, lawrence.toperoff@csosa.gov)
 
Small Business Set-Aside
N/A
 
Description
Program of Requirements Exhibit H - PreLease Fire and Life Safety Evaluation - Form 12000 Exhibit G - Form 3518 - Representations and Certifications Exhibit F - Form 1217 - Lessor Costs Exhibit E - Form 1364C - Proposal to Lease Space Exhibit D - Form 3517B - General Clauses Exhibit C - Form 3516 - Solicitation Provisions Exhibit B - Security Standards DRAFT LEASE RLP Court Services and Offender Supervision Agency (CSOSA), under the authority of General Services Administration delegation, seeks to lease the following space: State: District of Columbia City: Washington Delineated Area: North: Decatur Street, NW, East: 5th Street, NW, South: Spring, Rock Creek and Church Roads, NW; West: 16th Street, NW Minimum Sq. Ft (ABOA): 19,644 Maximum Sq. Ft (ABOA): N/A Minimum Sq. Ft (RSF): 21,576 Space Type: Office/Custom Parking Spaces (Secured): 47 Firm Term: 5 years Option Term: 5 years Additional Requirements: - Offered space must be no more than two floors - Forty-Seven (47) secure parking spaces may be on site or within a 2 block walking distance. Additional ten (10) visitor parking spaces should be available within a 2 block radius of leased space. - Security measures at the entrance and within the leased space are required. - The offered premises must meet Government requirements for fire safety, accessibility (ABAAS), seismic and sustainability standards per the terms of the Lease. If the proposed lease is not fully serviced, the Lessor must itemize the services offered. Government reserves the option to pay for utilities directly. - The Government will consider alternative space if economically advantageous, evaluation of all costs factored into rent required to meet the applicable federal lease standards plus relocation costs as may be applicable including physical move, replication of tenant improvement and telecommunication infrastrure and nonproductive agency downtime. - To be considered potentially responsive, all proposals should adequate address the information requested in the solicitation package. In the event that a prospective offerer fails to provide requested information as part of its reponse to this notification, the Government reserves the right to eliminate the prospective building from further consideration. SUBMISSION REQUIREMENTS: Completion of documents attached to this RLP Solicitation package with all provisions and requirements addressed therein. Documents included are RLP Form R101C, Lease Form L201C, Forms 1217, 1364C, 3516, 3517B, 3518, and 12000. Security Requirements for Level III and the Agency Program of Requirements (POR) are also included. Offerors are advised that incomplete forms or inadeqeuate documentation of any requirements or proposed deviations from the requirements indicated in the RLP and attachments may cause delays in analyses and award; if exceptions or justifications apply, the prospective Offeror should identify them in an Addendum attached with the completed proposal package. Offerors are anticipated to know the condition of the builiding that they are proferring for lease; if a building inspection is required for the Offeror to verify the condition, per the RLP, it should be obtained at Offeror's cost. Proposals Due by 3 pm January 12, 2015. Award (Estimated): February 2015 Send electronic.pdf (and deliver four (4) hard copies) of completed proposal package to: PRIMARY CONTACT Tiffany de Lisio CSOSA 8th FL 633 Indiana Avenue, NW Washington, DC 20004 email: Tiffany.deLisio@csosa.gov phone: 202-220-5788 facsimile: 202-220-5711 SECONDARY CONTACT Lawrence Toperoff CSOSA 8th FL 633 Indiana Avenue, NW Washington, DC 20004 email: Lawrence.Toperoff@csosa.gov phone: 202-220-5710 facsimile: 202-220-5711
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CSOSA/OD/WashingtonDC/CSOSA-15-L-0001/listing.html)
 
Place of Performance
Address: upper NW DC per the delineated area provided in description, Washington, District of Columbia, 22041, United States
Zip Code: 22041
 
Record
SN03602395-W 20141224/141222234330-67ff566a462c73e6d12351b53f5b4106 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.