Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOURCES SOUGHT

X -- Lease of Office Space within Region 1. RLP #21-REG01 - OFFICE SPACE

Notice Date
5/18/2021 9:22:23 AM
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R1 OFFICE OF LEASING BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
21-REG01_9CT2076
 
Response Due
6/7/2021 4:30:00 PM
 
Archive Date
06/22/2021
 
Point of Contact
Alisha Wofford, Phone: 6173068195, Lori Melchin, Phone: 6175655711
 
E-Mail Address
alisha.wofford@gsa.gov, lori.melchin@gsa.gov
(alisha.wofford@gsa.gov, lori.melchin@gsa.gov)
 
Description
This advertisement is hereby incorporated into the RLP 21-REG01 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: Waterbury State: Connecticut� � � � � � � � � � � � � � � Delineated Area:� � North - East Main St. & West St. West - Meadow St. South - Meadow St. to Field St. to Union St. East - South Elm St. Minimum ABOA Sq. Ft.: 7323 Maximum ABOA Sq. Ft.: 7689 Space Type: Office Term*: 10 years / 8 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: Location Requirements 1) Site access shall be via a direct route from a primary or secondary street. 2) Traffic control devices and pedestrian crosswalks are required within two blocks. 3) Sidewalks and pedestrian walkways shall be present along roadways and access roads. 4) Public transportation route stops shall be located within .25 mi of the offered location. The public transportation must service this location on an hourly basis (minimum) from 8:00 a.m. to 3:00 p.m., except Saturdays, Sundays, and federal holidays. 5) Public parking shall be available on site or within .25 miles of the offered space. Restricted or metered parking of one hour or less within .25 miles of the space does not meet parking requirements. 6) There shall be no history of prior heavy industrial use, such as dry cleaning operations, gas stations, rail yards, or machinery maintenance yards. 7) The site shall not be located within .25 mi of active railroad tracks, airports or heavily congested highways. 8) There shall be adequate eating facilities located within .5 miles. Other employee services, such as retail shops, cleaners, banks, etc., shall be located within 2 miles. 9) Mixed use sites with residential or living quarters located within the building are not acceptable. 10) Sites located immediately adjacent to establishments whose primary operation is the sale of alcoholic beverages, marijuana dispensaries, firearms sold/discharged, drug treatment, or detention facilities are not acceptable. Offered Space Requirements: 1) The site shall be Class A standard commercial or office space consistent with the local market. 2) The site shall not be located below grade. 3) Sites located above street level are required to have a minimum of two accessible elevators. One of the accessible elevators may be a freight elevator. Elevators shall not discharge directly into SSA space. Interior 4) The space is required to be contiguous. 5) The space is required to be level and shall not utilize interior ramps to resolve changes in grade. 6) The space may not be more than twice as long as it is wide. 7) The space must be conducive to SSA�s business operation design. Space elements such as quantity and size of columns, load bearing walls, irregular shape, etc., may not impede an efficient space layout, the use of modular furniture, or office work flows. SSA shall prepare a test fit to confirm the acceptability of the space. 8) Ceilings shall be 9� to 12� as measured from floor to the lowest obstruction. 9) Sufficient space shall exist between the drop ceiling and the deck of the floor above to allow for lighting, HVAC equipment, fire suppression piping, etc. 10) The site shall have two lines of windows for natural lighting. Agency Tenant Improvement Allowance������������� Existing leased space:������ �������� $62.49 per ABOA SF � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Other locations offered:����� ������� $62.49 per ABOA SF Building Specific Amortized Capital (BSAC)������� Existing leased space:��� ����������� $12.00 per ABOA SF � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Other locations offered:������ ������ $12.00 per ABOA SF IMPORTANT NOTES: Offerors 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, offerors 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-REG01.� In addition, the Government will use its AAAP to satisfy the above space requirement. Offerors 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 the RLP 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/07a22da09d71431d9897edc90741ea13/view)
 
Place of Performance
Address: Waterbury, CT, USA
Country: USA
 
Record
SN06006240-F 20210520/210518230121 (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 |
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.