Florida Bids > Bid Detail

Lease of Office Space within Region 04. Request for Lease Proposal (RLP) #24-REG04-Office Space

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159631587601187
Posted Date: Nov 29, 2023
Due Date: Dec 7, 2023
Source: https://sam.gov/opp/7a539bcab0...
Follow
Lease of Office Space within Region 04. Request for Lease Proposal (RLP) #24-REG04-Office Space
Active
Contract Opportunity
Notice ID
1FL2487
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R4 OFFICE OF LEASING
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 29, 2023 04:45 pm EST
  • Original Published Date: Oct 17, 2023 05:18 pm EDT
  • Updated Date Offers Due: Dec 07, 2023 07:30 pm EST
  • Original Date Offers Due: Nov 07, 2023 07:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 22, 2023
  • Original Inactive Date: Nov 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Titusville , FL
    USA
Description

This advertisement is hereby incorporated into the RLP 24-REG04 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: Titusville



State: Florida



Delineated Area:



North – SR 405/South Street;



East – US 1;



South – SR 405/Columbia Blvd;



West – SR 405/South St/Columbia Blvd.





Minimum ABOA Square Feet: 5,223



Maximum ABOA Square Feet: 5,484



Space Type: Office



Lease Term: 15-year term (180 months) of which, 13 years (firm) and 2 years (non-firm)



Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements.



Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital.



AGENCY UNIQUE REQUIREMENTS



The following criteria apply to all space considered by SSA:




  1. Space considered inefficient by the government will not be acceptable. Space should have no history of prior heavy industrial use such as large dry-cleaning operations, gas stations, and industrial facilities. The space should not be located immediately adjacent to railroad tracks. Buildings containing warehouse, residential, or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes shall not be acceptable.

  2. Space should not be located in a flood plain.

  3. Streets and public sidewalks must be well maintained.

  4. To allow for visibility to the public, the government office space shall be located not more than the equivalent of ¼ mile from a primary or secondary street serving the office.

  5. The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access or which require multiple turns shall not be considered. Sites located directly on or near a roadway which presents a hazard to our customers will not be considered. Determinations of hazardous access will be made by SSA. Sites located on a high-traffic roadway or multi-lane thoroughfare must have traffic signals within two blocks to provide safe access.



Buildings located near bars, nightclubs, and liquor stores will not be considered. Locations near dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or smells detectable within the office space will not be considered.




  1. SSA guidelines require standard office space consistent with the local market. Space must comply with all applicable building codes and accessibility standards as defined in the Americans With Disabilities Act (ADA), the Architectural Barriers Act Accessibility Standard (ABAAS), and the Uniform Federal Accessibility Standards (UFAS). The primary entrance must be accessible for all persons with special needs, including wheel-chair access.

  2. All space must be located in one contiguous block on a single floor in the building with the exception of the space allotted to the storage room and Interactive Video Training (IVT) room. Only these rooms, and their associated square footages, may be separated from the main office area by a public corridor as long as the space is located on the same floor. Offers that require additional space to be separated by a public corridor or require any space to be located on a separate floor will not be acceptable.

  3. Space can be located on any floor of a building that meets GSA leasing criteria and has handicapped accessible elevator service to the government office floor. If space offered is above the ground floor, a minimum of two accessible elevators must serve the proposed floor. One of the accessible elevators may be a freight elevator.

  4. In cases where multiple spaces are offered within the same building, the Government reserves the right to select the space(s) that will be acceptable and reject the others.

  5. Space must be asbestos-free, mold-free, and free of water intrusions. Any space offered with a history of asbestos, water intrusion, or mold growth will require additional evaluation by SSA’s Office of Environmental Health and Occupational Safety (OEHOS) before it can be solicited. Radon concentration in the air within the offered space shall be less than the EPA residential radon action level of 4 PicoCuries per liter. Lessor shall test for radon using EPA-approved methods and certify the results to the GSA Contracting Officer upon award.

  6. Co-tenants within the building shall be professional office environments.

  7. Buildings with windows comprising 50 percent of the exterior perimeter wall are preferred.





Agency Tenant Improvement Allowance:



Existing leased space: $0.00 per ABOA SF



Other locations offered: $53.65 per ABOA SF





Building Specific Amortized Capital (BSAC):



Existing leased space: $0.00 per ABOA SF



Other locations offered: $12.00 per ABOA SF





IMPORTANT NOTES



Check the attachments and links section of this notice for possible, additional project-specific requirements or modifications to the RLP.



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.



(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 the FY24 AAAP RLP. 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 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://leasing.gsa.gov/leasing/s/AAAP-PortalHome.



If you have previously submitted an offer in FY 2023, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2024 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY24 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
Contact Information
Contracting Office Address
  • R4 OFFICE OF LEASING 77 FORSYTH STREET
  • ATLANTA , GA 30303
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >