MODIFICATION
X -- U.S. Government Seeks to Lease Office and Related Space in Rochester, NY
- Notice Date
- 5/25/2022 8:29:21 AM
- Notice Type
- Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 1NY2465
- Response Due
- 6/22/2022 2:00:00 PM
- Archive Date
- 07/07/2022
- Point of Contact
- Nick Palermo, Phone: 215-446-5752, Will Shelly, Phone: 703-852-6220
- E-Mail Address
-
nicholas.palermo@gsa.gov, will.shelly@gsa.gov
(nicholas.palermo@gsa.gov, will.shelly@gsa.gov)
- Description
- RLP Procurement Summary ������������������������������������������������������������������������������� GSA Public Buildings Service U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: New York City: Rochester Delineated Area: North: From the Opportunity zone east along East Main Street, and continuing eastward along Browncroft Boulevard (RTE 286) to its intersection with Panorama Trail East: Panorama Trail south from RTE 286, to North Washington Street, to South Washington Street, to Fairport Road (RTE 31F) east to Marsh Road, where it continues south to the intersection of Route 96/252 South: Jefferson Road continuing in an easterly direction then south easterly (RTE 96) to the intersection of Marsh Road West: Beahan Road South, to Paul Road south and east around the Airport Scottsville Road (State Route 383), South on Scottsville Road to the intersection of Jefferson Road (State Route 252) Minimum Sq. Ft. (ABOA): 33,220 ABOA SF Maximum Sq. Ft. (ABOA): 34,881 ABOA SF Space Type: Office and Related Space Parking Spaces (Total): 92 Reserved and Secured Spaces Parking Spaces (Surface): 92 Spaces Parking Spaces (Structured): 0 Full Term: 15 Years Firm Term: 10 Years Option Term: N/A Additional Requirements: The Government requires a fully serviced lease that includes utilities for 24/7 Government access. The space must provide a secured path of travel from the parking area to the offered space. The offered space must be able to accommodate Agency personnel carrying weapons within the space. All space must be contiguous, and preferably on the 2nd floor or higher. Space on the first floor will be considered only when no other space is available, or if deemed appropriate by the Tenant. First-floor spaces require additional security measures. Agency must have 24-hour� access to the space and 24-hour HVAC services The proposed site must not be within 640'-0"" of any facilities identified by the ISC as ""hazardous materials transportation/storage facilities."" Hazardous locations include facilities with potential environmental threats (e.g., fuel storage areas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardous material). Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (e.g., hazardous materials storage sites, water purification centers, above ground fuel storage, and rail yards). It is preferred that the proposed facility not be located near ""Low Risk Facilities"" (e.g., day care centers, senior centers, schools, hospitals, and religious/rehabilitation/social service centers). The proposed facility must not be located within 400'-0"" of public defenders, Immigration and Customs Enforcement (ICE), probation offices, Internal Revenue Service (IRS), universities, other businesses or facilities deemed unacceptable by Tenant Security for safety purposes. This requirement may be waived by Tenant Security if no other facility is deemed acceptable. In those cases, enhanced security requirements may be necessary. Facilities with underground parking must have access-controlled parking restricted to building Tenants. Open and/or general public parking is not permitted below the building proposed for the Tenant office. A mixed-tenant building with public parking within 30'-0"" of the interior perimeter wall will not be considered for a facility with an FSL III, IV, or V rating. A standalone building with public parking within 100'-0"" of the building will not be considered for a facility within an FSL III, IV, or V rating. For proposals of space in existing buildings, standoff distance must be provided from the curb line or nearest point accessible by a vehicle to the facade of the building to house the Tenant office. To avoid any potential conflicts due to security risks, the offered space is preferred to be within a standalone building with the Government as the sole tenant, providing for a high degree of anonymity. The offered space must meet the Government�s standard requirements for Fire and Life Safety and Accessibility for Disabled Persons. Submissions by other than the owner / manager of a property must be accompanied by an authorization letter to submit an expression of interest on behalf of ownership. New construction is not being considered by the Government at this time. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.� A fully serviced lease is required.� Offered space shall not be in the 100-year flood plain. 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 the Federal Acquisition Regulation (FAR).� For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. Offers Due:� June 22, 2022 Occupancy (Estimated): July 2024 Send Offers to: Electronic Offer Submission: Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/. Interested parties must go to the RSAP website, select the �Registration� link and follow the instructions to register. �Instructional guides and video tutorials are offered on the RSAP homepage and in the �HELP� tab on the RSAP website. Solicitation Number: Solicitation (RLP) Number:�1NY2465 Government Contact Information (Not for Offer Submission): Role | Name | Email Lease Contracting Officer | Nick Palermo | nicholas.palermo@gsa.gov Leasing Specialist | Georgina Dadson | georgina.dadson@gsa.gov Broker | Will Shelly | will.shelly@gsa.gov Note:�� Entities not currently registered in the System for Award Management (SAM) are advised to start the registration process as soon as possible.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7df625c637b400f9aad75ee18b55951/view)
- Place of Performance
- Address: Rochester, NY, USA
- Country: USA
- Country: USA
- Record
- SN06337831-F 20220527/220526100755 (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 |