Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
MODIFICATION

X -- U.S. GOVERNMENT seeks to lease the following office space through the Automated Advanced Acquisition Program (AAAP):

Notice Date
11/13/2017
 
Notice Type
Modification/Amendment
 
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
7TX3095
 
Archive Date
12/22/2017
 
Point of Contact
Dusty Griffith, Phone: 817-680-0641
 
E-Mail Address
dusty.griffith@gsa.gov
(dusty.griffith@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This FBO advertisement is hereby incorporated into the RLP 18-REG XX 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: Amarillo State: Texas Delineated Area: NORTH: West Amarillo Boulevard EAST: South Grand Street SOUTH: Interstate 40 WEST: South Western Street Minimum ABOA Sq. Ft.: 6,245 Maximum ABOA Sq. Ft.: 6,245 Space Type: General Office Term: 15 year, (10 years) firm Parking: 25 Structured Spaces Agency Unique Requirements: A. Existing Federal or commercially leased building which meet the Government requirements are preferred. The Government will give first priority to a Class A or B building in a professional Commercial Office/Research and Development Park (R/D). B. Preference will be given to space located on the second story, or higher. In the event a 2nd or above space is not available in the market, the Government will accept first floor space under the following circumstances: The Government is sole tenant; all “on-site” required secured parking for official law enforcement vehicles is included; 20 foot setback from building to all sidewalks, access streets, parking lots, adjoining streets; a fence meeting the Government specifications is included at lessor/owner expense; and blast film is provided at owners expense if the Government determines blast film is required based on risk/vulnerability assessment of the property. The Government will also consider first floor space in a multi-tenant building if the other tenants are not retail and do not cater to heavy public use or heavy foot/vehicle traffic. Risk/vulnerability assessment of the property will be on a case by case basis. Contiguous space on a single floor or adjoining floors (including stacked space) is required. The Government shall have the right to relocate exterior penetrations for security concerns. For multi-tenant, multi-story buildings an elevator controlled by a card reader type system for the sole use of the Government shall be provided from the secure parking level with elevator exits to both the visitor entry and secure areas. C. Secure on-site or adjacent parking is required either in the form of an enclosed garage with reserved spaces or an adjacent surface lot with direct access to a building entrance. Interior parking must have a 12’ height clearance and exterior parking must be able to be secured with fencing and access control devices. D. Government shall have the right to mount roof antennas. Agency cannot be collocated with Federal, State, or local Government Agencies, or private firms whose primary clientele are involved or have ties to criminal elements. Agency cannot be collocated win Agencies providing probation and/or parole services, halfway houses, drug abuse counseling/rehabilitation programs, similar social service and welfare type programs, as well as private law firms representing drug offenders. Building entrances/exits are not to be located within 1,000 feet line of sight or the vicinity of a designated drug-free zone of school/park/day care boundary, residential/hoteling/shopping center and arenas or where drug activities are prevalent. YOU MUST INCLUDE ALL AGENCY GO/NO-GO CRITERIA THAT WILL BE USED TO EVALUATE AND ELIMINATE OFFERS THAT ARE NOT ALREADY INCLUDED IN AND REQUIRED BY THE AAAP RLP PACKAGE Agency Tenant Improvement Allowance: Existing leased Space: $_ 40.51 _ per ABOA SF Other locations offered: $_ 40.51 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 18-REGXX. 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 December 1st through the December 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 (Xst/th 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 18-REGXX 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 18-REGXX 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 2017, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2018 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY18 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/7TX3095/listing.html)
 
Record
SN04738002-W 20171115/171113230757-ce2d53a1f1d7b3b133bd4028d650acc7 (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  © 1994-2020, Loren Data Corp.