Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
MODIFICATION

X -- Lease space sought - Cedar Rapids, IA

Notice Date
11/7/2019
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R6 Realty Services Division (47PG99), 2300 Main St, Kansas City, Missouri, 64108, United States
 
ZIP Code
64108
 
Solicitation Number
19-REG06_9IA2100
 
Archive Date
9/22/2019
 
Point of Contact
Robert W. Jackson, Phone: 816-349-2430, Kellie Nolan, Phone: 8162142743
 
E-Mail Address
robertw.jackson@gsa.gov, kellie.nolan@gsa.gov
(robertw.jackson@gsa.gov, kellie.nolan@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This FBO advertisement is hereby incorporated into the RLP 19-REG06 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: Cedar Rapids State: Iowa Delineated Area: North: State Highway 100; East: US-151; South: US-30; West: I-380 Minimum ABOA Sq. Ft.: 6,164 Maximum ABOA Sq. Ft.: 6,164 Space Type: Office Term*: 15 Years, 13 Firm *However, Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. Agency Unique Requirements: Site may require anti-ram protection against vehicular breeches of the 20' setback, may be identified during the design review, and will be evaluated by the agency on a case by case, site by site basis. A conscious effort should be made to use natural barriers such as trees, boulders, earth-berms, and/or existing site conditions for additional security. For security and safety of employees, and agency operations, the agency cannot be collocated with other Federal, State, local government agencies or private firms whose primary clientele are involved in or have ties to criminal elements. The agency is not to be located in any building or within 1,000 walkable feet of agencies providing probation and/or parole services, halfway houses, drug abuse counseling/rehabilitation programs, and similar social service agencies and welfare type programs, as well as private law firms representing drug offenders. Agency building entrances/exits are not to be located within a 1000 foot minimum boundary of a Drug-free zone or 1,000 walkable feet from a school/park/day care center boundary. Locations within 1000 walkable feet of residential housing, hotels/motels, shopping centers, stadiums/arenas, or areas where drug activities are prevalent may be acceptable but may not pose an unacceptable risk of surveillance of agency facilities or operations. The agency will assess the security of agency operations during the site selection/market survey process. The determination of the acceptance of locations where easy surveillance of agency facilities creates an unacceptable security risk to operations is within the sole discretion of the LCO and the agency. If the building is multi-tenant and multi-story, 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 on the second level and the secure processing. Also, if a multi-tenant/multi-story commercial building has ground level/under building drive through such as; Bank, Restaurant etc. where vehicles can easily access the drive through will not be acceptable to the agency due to the security Agency Tenant Improvement Allowance: $46.58 per ABOA SF Building Specific Amortized Capital (BSAC) $25.00 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 19-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 1st through the 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 19-REG06 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 19-REG06 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 2018, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2019 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY19 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/6PEE/19-REG06_9IA2100/listing.html)
 
Place of Performance
Address: 2300 Main St., Kansas City, Missouri, 64108, United States
Zip Code: 64108
 
Record
SN05492534-W 20191109/191107231048-d97bd5a13cf277a1be892c6f52be1d4a (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.