SOURCES SOUGHT
X -- Lease of Office Space within Region 7 RLP 19-REG07-OFFICE SPACE
- Notice Date
- 10/19/2018
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R7 Realty Services (7P), 819 Taylor Street, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- 19-REG07-8TX3197
- Archive Date
- 11/22/2018
- Point of Contact
- Dusty Griffith, Phone: 817-680-0641, Jeffrey Navarro, Phone: 817-850-5542
- E-Mail Address
-
dusty.griffith@gsa.gov, jeffrey.navarro@gsa.gov
(dusty.griffith@gsa.gov, jeffrey.navarro@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- U.S. GOVERNMENT Notice Type:Sources Sought Solicitation #:19-REG07-8TX3197 Title:Lease of Office Space within Region 7. RLP #19-REG07 - OFFICE SPACE Classification Code:X - Lease of rental facilities NAICS Code:531120 - Lessors of Nonresidential Buildings (except Miniwarehouse) ARRA:No Response Date:11/07/2018 11:59 PM Eastern Primary POC:Dusty Griffith; 817-680-0641; dusty.griffith@gsa.gov Secondary POC:Jeff Navarro; 817-850-5542; jeffrey.navarro@gsa.gov This FBO advertisement is hereby incorporated into the RLP 19-REG07 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:Corpus Christi State:TX Delineated Area:North: Beginning at the intersection of N. Clarkwood and Highway 407 continuing in an easterly direction through the intersection of highway 407 and highway 358 continuing in a northerly direction through the intersection of Highway 358 and Interstate Hwy 37 (IH 37) continuing in an easterly direction through the intersection of IH 37 and N. Port Ave continuing in a northerly direction through E. Port Ave continuing through the intersection of E. Port Ave and Hirsch St. continuing in a straight line due east ending at the eastern shore of Corpus Christi Bay. West: Beginning at the intersection of Hwy 407 and N. Clarkwood Rd continuing in a southerly direction continuing through the intersection of N. Clarkwood Rd and hwy 44 continuing in a westerly direction through the intersection of Hwy 44 and hwy 2292 continuing in a southerly direction ending at the intersection of Hwy 2292 and Hwy 665. South: Beginning at the intersection of Hwy 2292 and Hwy 665 continuing in an easterly direction through the intersection of Hwy 665 and hwy 357 continuing in an easterly direction through the intersection of Hwy 357 and Hwy 286 continuing in a southerly direction through the intersection of Hwy 286 and CR 43/Weber Rd continuing in an easterly direction through the intersection of Weber Rd and Yorktown Blvd continuing in a southeasterly direction ending at the intersection of Yorktown Blvd and Laguna Shores Rd. East: Beginning at the intersection of Yorktown Blvd and Laguna Shores Rd continuing in a northerly direction through the intersection of Laguna Shores Rd and JFK Memorial Causeway continuing in a westerly direction through the intersection of JFK Memorial Causeway and Waldron Rd continuing in a northerly direction through NA S. Dr. through Lexington Blvd through the intersection of Lexington Blvd and Ocean Dr. continuing in a northwesterly direction through the intersection of Ocean Dr. and S. Shoreline Blvd continuing in a northerly direction ending at the intersection of N. Shoreline Blvd and Hirsch St. Minimum ABOA Sq. Ft.:6,221 ABOA Maximum ABOA Sq. Ft.:6,221 ABOA Space Type:Office Term*:10 years, 8 years firm *However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: •All space shall be contiguous. Space on the first floor shall be considered only when no other space is available or if deemed appropriate by the Government. Additional security requirements shall be required of the first floor space. •13 reserved secures parking spaces are required for Government Owned Vehicles. •No telephone, data, electrical, plumbing service or ducts other than that required for the Government shall be permitted to pass through the Governments space except with specific approval from the Government 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 Government's needs shall be removed and/or rerouted. There shall be no telephone lines transiting the Government's space that service other building Tenants. •Skylights are not acceptable and shall be removed or physically secured at the discretion of the Government. •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. •Security Level 3 required. •Exterior finishes such as stucco, wood, vinyl and metal sidings are unacceptable. •The proposed facility shall not be located in the immediate vicinity 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. It is preferred that the proposed facility not be located near a low risk facility. 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. •The proposed facility shall not be located near Public Defenders, Immigration and Customs Enforcement, Probation Offices or other businesses or facilities deemed unacceptable by the Government'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. •Proposed Government spaces or facilities in close proximity or adjacent to facilities associated with foreign powers identified in the Government's National Security Threat List will not be considered. •24-hour access to the space and an elevator shall be available, 7 days a week, 365 days per year. •Facilities that provide underground parking shall have access controlled parking restricted to building Tenants only. Facilities with open/general public parking below the building proposed for the Government office shall not be considered, unless the offeror is willing to change this to meet the requirement to have access controlled parking restricted to building Tenants only. •Design Intent Drawings (DIDs) will be developed by the Government. •Construction Drawings (CDs): There shall be at least three (3) construction drawing reviews: 50% 95% 100% Agency Tenant Improvement Allowance:Existing leased space: $0.00 per ABOA SF Other locations offered:$40.50 per ABOA SF Building Secured Amortized Capital: Existing Leased Space $0.00 per ABOA SF 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-REG07. 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 (8th 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-REG07 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-REG07 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7P/19-REG07-8TX3197/listing.html)
- Record
- SN05129914-W 20181021/181019230446-6455c3ff6f7d3ae84545d92c9ac76251 (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 |