News

Lease of Office Space within Region 04- REG04 – Office Space

Type of document: Contract Notice
Country: United States

Lease of Office Space within Region 04- REG04 – Office Space

Agency:
General Services Administration

Official Address:
77 Forsyth Street, SW Atlanta GA 30303-3427

Zip Code:
30303-3427

Contact:
Anthony E. Dickson, Lease Contracting Officer, Phone 4045620798, Email anthony.dickson@gsa.gov – Elaine D. Peters, Sr. Contracting Officer, Phone (404) 433-8428, Email elaine.peters@gsa.gov

Link:

Date Posted:
24/06/2019

Classification:
X

Contract Description:
 

This FBO advertisement is hereby incorporated into the RLP 19-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:  Montgomery   

State:  Alabama              

Delineated Area: North: Interstate 85; East: Highway 231 to Vaughn Road; South: Vaughn Road to Perry Hill Road; West: Perry Hill Road to I-85                                  

Minimum ABOA Sq. Ft.:  9,540      

Maximum ABOA Sq. Ft.: 10,971    

Space Type:  Office – Class A         

Term*: 15/13 Year Firm

AGENCY UNIQUE REQUIREMENTS:  DEA space shall be:
Contiguous space on a single floor or adjoining floors (including stacked space) is required.

Space shall be located in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer.  If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the space with modern conveniences.

Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or offsets that will result in an efficient use of space.

Secured parking is required.

Co-location:

For security and safety of employees, and DEA operations, DEA cannot be collocated with:

A. Federal Agencies whose primary clientele are involved in or have ties to criminal elements.

B. State Agencies whose primary clientele are involved in or have ties to criminal elements.

C. Local Government Agencies whose primary clientele are involved in or have ties to criminal elements.

Entities which DEA cannot be located within 1,000 walkable feet DEA is not to be located in any building or within 1,000 walkable feet of agencies or industry types:  A. Private firms whose primary clientele are involved in or have ties to criminal elements. B. Agencies providing probation and/or parole services C. Halfway houses D. Agencies providing drug abuse counseling/rehabilitation programs E. Agencies providing social service agencies and welfare type programs F. Agencies providing welfare type programs G. Private law firms representing drug offenders

Proximity to DEA Entrances and Exits DEA building entrances/exits are not to be located within a 1,000 foot minimum boundary of:

A. 1,000 walkable feet from a day care center boundary.

B. 1,000 walkable feet from a Drug-free zone.

C. 1,000 walkable feet from a park.

D. 1,000 walkable feet from a school.

E. 1,000 walkable feet of areas where drug activities are prevalent.

F. 1,000 walkable feet of hotels and or motels.

G. 1,000 walkable feet of medical professionals of any type.

H. 1,000 walkable feet of places of worship.

 I. 1,000 walkable feet of print media offices.

J. 1,000 walkable feet of radio stations.

K. 1,000 walkable feet of residential housing.

L. 1,000 walkable feet of shopping centers.

M. 1,000 walkable feet of stadiums/arenas.

N. 1,000 walkable feet of TV stations.

Security Standard Level DEA is a Security Standard Level III and all security requirements and approvals are to be determined by DEA.

Holding Cells Life Safety Requirements Facility that requires holding cell shall comply with Institutional I-3 condition 5 Per IBC, 2012,308. 5. This will require a sprinkler system and a fire alarm system and a 2 hour fire separation wall between any group I-3 space and adjacent group B spaces.

Space offered must be located on the second story or higher.  In the event a 2nd floor or above space is not available in the market, DEA will accept first floor space under the following circumstances:

•A)    DEA is the sole tenant

•B)    On-site required secured parking for official law enforcement vehicles is included

•C)    20 Foot setback from building to all sidewalks, access streets, parking lots, adjoining streets

•D)    A fence meeting DEA specifications is included at the lessor/owners expense

•E)    Blast film is provided at owners expense if DEA determines blast film is required based on DEA risk/Vulnerability assessment of the property.

Agency Tenant Improvement Allowance:
Existing leased space:   $N/A_ per ABOA SF
Other locations offered: $42.03 per ABOA SF  

Building Specific Amortized Capital (BSAC):
Existing leased space:       $N/A per ABOA SF
Other locations offered:     $35.00 per ABOA SF

HOW TO OFFER: The Automated Advanced Acquisition Program (AAAP), located at , will enable interested parties to offer space for lease to the Federal Government in response to RLP 19-REG04.  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 (8th 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-REG04 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-REG04 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 .

 * 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.

 

Response Date:
080719

Sol Number:
6AL0075

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy