Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-07 11:35:00
United States SAM

Lease of Office Space within Region 01. Request for Lease Proposals (RLP) #22-REG01 - OFFICE SPACE

Process Number 22-REG01_1RI2026

USA

Dates:


Notice ID:

22-REG01_1RI2026

Department/Ind. Agency:

GENERAL SERVICES ADMINISTRATION

Sub-tier:

GENERAL SERVICES ADMINISTRATION

Sub Command:

PBS R1 OFFICE OF LEASING

Office:

PBS R1 OFFICE OF LEASING

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Oct 07, 2021 12:33 pm EDT

Original Published Date:

2021-10-07 11:35:00

Original Response Date:

Oct 20, 2021 07:30 pm EDT

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

Nov 23, 2021

Original Inactive Date:

Nov 04, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

X1AA - LEASE/RENTAL OF OFFICE BUILDINGS

NAICS Code:

531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)

Description:


Original Set Aside:

This advertisement is hereby incorporated into the RLP 22-REG-01 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: Providence State: Rhode Island Delineated Area: Starting at a Point of Beginning (POB) of the intersection of North Main Street and Smith Street, then heading west along Smith Street to the intersection of Route 95, then heading south following only the eastern side of Route 95 to the intersection of Route 195, then heading East on Route 195 to the intersection of South Main Street, then heading north on South Main Street and continuing as South Main becomes North Main Street to the starting POB. Minimum ABOA Sq. Ft.: 17,952 Maximum ABOA Sq. Ft.: 18,311 Space Type: Office Term*: 17 years, 15 years 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: 1. Agency Tenant Improvement Allowance Existing leased space: NA Other locations offered: $48.343920 per ABOA SF* *The cost for tenant improvements is going to be greater than the construction cost the Government has evaluated. As such, the Lessor will be required to determine construction costs based on the agency’s requirements as those costs may substantially exceed the Tenant Improvement Allowance as advertised. 2. Building Specific Amortized Capital (BSAC) Existing leased space: NA Other locations offered: $25.00 per ABOA SF 3. Building floor plate must be a minimum of 15,000 ABOA SF. 4. Column spacing shall be a minimum of 25’ on center with column furring not exceeding 12” on any side. This does not apply to columns at the exterior walls, or to the distance between an interior support column and the building core or exterior. Column spacing must be acceptable to the Government 5. Minimum ceiling height 9’ clear. 6. Space must be contiguous (both horizontally and vertically). 7. 8 reserved parking spaces. 8. Space must be above grade. 9. Public Transportation must be available within one half mile of the entrance to the building. 10. The Government will prepare Design Intent Drawings (DIDs). 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 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 22-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 2021, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2022 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY22 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.

Attachments / Links:


Document Size Updated date Download

Contact Information:


OFFICE OF LEASING 10 CAUSEWAY STREET

BOSTON , MA 02222

USA

Primary Point of Contacts:

Carrie Rosenman

Secondary Point of Contact:

Richard Reynolds