Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOURCES SOUGHT

X -- Seeking 4500-4721 ABOA SF in Selinsgrove, PA - Delineated Area Map

Notice Date
6/16/2017
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Real Estate Acquisition Division (47PD99), The Dow Building, 100 S Independence Mall West, 2nd Fl, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
6PA0286
 
Archive Date
7/22/2017
 
Point of Contact
Bridget C Ginty, Phone: 2154465020
 
E-Mail Address
bridget.ginty@gsa.gov
(bridget.ginty@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Map of delineated area. General Services Administration (GSA) seeks to lease the following space: State: Pennsylvania City: Selinsgrove Delineated Area: Beginning at the intersection of PA Rt 45 and the western side of the West Branch Susquehanna River, proceed west on Rt 45 until Dreisbach Church Rd. Go south on Dreisbach Church Rd to New Berlin Mountain Rd, to Vine St, until Rt 204. Go west on Rt 204 to Smalsh Barrick Rd. Go south on Smalsh Barrick until Rt 522. Proceed west to Freeburg Rd, and then follow Freeburg Rd south until Rt 35. Follow Rt 35 west until Rt 104 intersection. Go south on Rt 104 until Meiserville Rd. Go east on Meiserville Rd, then onto Winding Rd, then onto Wagner Hill Rd. Continue east until the Susquehanna River. Follow the western border of the Susquehanna River back to starting point. (Delineated area map is attached to this ad.) Minimum Sq. Ft. (ABOA): 4,500 Maximum Sq. Ft. (ABOA): 4,721 Space Type: Office & Related Full Term: Fifteen (15) years Firm Term: Ten (10) years Additional Requirements: - The space offered should be no more than twice as long as it is wide and should have open areas where columns and other obstructions do not hinder the development of efficient space layouts, the use of modular furniture and office work flow. - Space configuration shall allow for a separate accessible employee entrance which provides access to the space without going through the public reception area. - Contiguous space is required (all on one floor). - Space requiring ramps due to uneven floor levels inside the offered space will not be considered. - Column perimeters shall be at least 20’ from any wall and from each other and shall be no more than 2’ square. - Street level space is preferred. However, if space is offered above street level, then elevator service shall consist of a minimum of two accessible elevators which serve the floor proposed for the Government. One of the accessible elevators may serve as a freight elevator, provided that the public route of travel does not require access to the employees’ space. - Sites which are located directly on a highway or six-lane thoroughfare shall not be considered if the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within one block or if the access is directly from the highway unless there is a traffic control device within two blocks or equivalent from the proposed office space. - Space offered shall be located within the equivalent of two city blocks from a primary or secondary street serving the office. The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access shall not be considered. Action : Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action. 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. 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 17-REG03. 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 July 1, 2017 through July 7, 2017, ending at 11:59 p.m. EST. Offers cannot be submitted during the Closed Period (8 th through the end of each month) 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 RLP requirements package found on the AAAP website. During the 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 RLP 17-REG03 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. All documents can be found at https://aaap.gsa.gov. * If you have previously submitted an offer in FY 2016, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2017 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY17 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/3PPRW/6PA0286/listing.html)
 
Record
SN04548012-W 20170618/170616234953-81924447eaa0b90339c4399748a63923 (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.