SOLICITATION NOTICE
X -- Lease of Office Space within Region 2. RLP #21-REG02 - OFFICE SPACE
- Notice Date
- 11/17/2020 1:32:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R2 LEASING DIVISION NEW YORK NY 10278 USA
- ZIP Code
- 10278
- Solicitation Number
- 21-REG02_0NY2677
- Response Due
- 12/7/2020 4:30:00 PM
- Archive Date
- 12/22/2020
- Point of Contact
- Mary Nowobilski, Phone: 716-262-3568, Nicholas J Palermo, Phone: 215-446-5752
- E-Mail Address
-
mary.nowobilski@gsa.gov, nicholas.palermo@gsa.gov
(mary.nowobilski@gsa.gov, nicholas.palermo@gsa.gov)
- Description
- This advertisement is hereby incorporated into the RLP 20-REG02 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:��� Buffalo State:�� New York������������ ������������������ Delineated Area: North: Tupper Street, South: I-190, East: Michigan, West: Elmwood Avenue������ ����������� ����������� Minimum ABOA Sq. Ft.: �������� 43,099 Maximum ABOA Sq. Ft.:�������� 44,392 Space Type:�� Office��� ���������� Term*:�� ��������� 10 years, 8 years firm� ���������� �Amortization Term:��8 years for both Tenant Improvements and Building Specific Amortized Capital ������������������������������������������������ ����� *Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements for IRS:���� 42,502 ABOA SF Minimum / 43,777� ABOA SF Maximum A block of approximately 3,000� ABOA sq ft of� space on the first floor is preferred for the IRS TAC office;� If space is not available on the first floor, then the space shall be within 200� of an elevator on the upper floor 14 structured, parking spaces (parking must be reserved, on site, covered, and secure) Agency Unique Requirements for IRS/TIGTA :� 597 ABOA SF Minimum /�� 615 ABOA SF Maximum Space must be located on the 2nd floor or higher �2 structured, parking spaces (parking must be reserved, on-site, covered, and secure) Agency Unique Requirements for IRS and IRS/TIGTA Contiguous, above-ground space.� Basement or below grade space is unacceptable 24/7 access to the building and leased premises Space for two rooftop antennas .� The Government may provide, install, and maintain a 10-15 foot high, approximately 20 lb., cell-wave and roof-mounted transmitting antenna for each tenant, including cable run from roof to CI interior location.� The lessor shall provide a location for 2 antennas.� The Contracting Officer and IRS must approve the locations of the antennas. For effective space utilization, a minimum of 30�-0� (on center)� between structural elements (columns, core, curtain wall, etc.)..� Is preferred. Any other configuration must be approved by the Contracting Officer and the IRS.�� Additionally, for the efficiency of layout, the following should not be considered:� narrow column spacing; atriums, light wells, or other areas interrupting contiguous spaces; extremely long, narrow runs of space; irregular space configurations; other unusual building features. Normal hours of operation is 6:00 am to 6:00 pm Monday through Friday Rest rooms shall not be located within IRS tenant space. In addition, IRS cannot/will not pay for construction of restrooms for use by either employees or visitors. See GSA lease for restroom proximity requirements. 27 public parking spaces must be available for Taxpayer Assistance Center (TAC) visitors (taxpayers) within a walkable � mile of the office location.� Agency Tenant Improvement Allowance� Existing leased space:�� ��� �$60.72 per ABOA SF Other locations offered:����� $60.72 per ABOA SF Building Specific Amortized Capital (BSAC) Existing leased space:�� $12.00 per ABOA SF Other locations offered:�� $25.00 per ABOA SF �IMPORTANT NOTES: 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 Federal Acquisition Regulation (FAR). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B In addition, entities are advised to familiarize themselves with the AAAP FY21 Request for Lease Proposals and AAAP Lease updates resulting from COVID-19, which calls for increased janitorial services. Offerors are advised that all Shell work associated with delivering the Tenant Improvements are at the Lessor�s cost.� Please refer to Section 3 (Construction Standards and Shell Components) and specifically to Paragraph 3.07 (Building Shell Requirements) of the AAAP RLP Attachment #2 titled ""Lease Contract"" (GSA Form L100_AAAP ) for more detail.� Tenant Improvement Components are detailed under Section 5 of the� AAAP RLP Attachment #2 titled ""Lease Contract"" (GSA Form L100_AAAP) .�� It is highly recommended that offerors start the SAM registration process directly following the offer submission.� Refer to RLP Clause 3.06, Item 7. (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. � 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 21-REG02.� 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�. For technical assistance with AAAP, email LOP.help@gsa.gov. The Open Period is the 1st through the 7th of each month, ending at 7:30 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 7:30 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� and will not be considered for projects executed during that time period. 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 21-REG02�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 2020, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2021 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY21 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/77ccbb43a7ce4674a41f074e206ccefa/view)
- Place of Performance
- Address: Buffalo, NY 14202, USA
- Zip Code: 14202
- Country: USA
- Zip Code: 14202
- Record
- SN05854729-F 20201119/201117230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |