Maryland Bids > Bid Detail

Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #23-REG03 –Office Space

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159487058588855
Posted Date: Mar 13, 2023
Due Date: Apr 7, 2023
Solicitation No: 23-REG03_2MD0487
Source: https://sam.gov/opp/0a3677f3e1...
Follow
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #23-REG03 –Office Space
Active
Contract Opportunity
Notice ID
23-REG03_2MD0487
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R3 OFFICE OF LEASING
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2023 02:24 pm EDT
  • Original Date Offers Due: Apr 07, 2023 07:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 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:
    Linthicum Heights , MD
    USA
Description

This advertisement is hereby incorporated into the RLP 23-REG03 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: Linthicum Heights

State: Maryland



Delineated Area:



Start at the intersection of Route 1 and Route 100 Northeast on Route 1 (Washington Blvd) to I-895

Northeast on I-895 to I-695

Southeast on I-695 to I-97

South on I-97 to Route 100

West/Northwest on Route 100 back to start at intersection of Route 1 and Route 100





Minimum ABOA Square Feet: 1,095

Maximum ABOA Square Feet: 1,150





Space Type: Office space

Lease Term: 10 years / 8 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





Space:





- Contiguous space on one floor is required. Offeror shall submit a scaled floorplan identifying the offered space as an attachment to their AAAP offer.



- Offered space shall allow for two separate means of egress.



- Where space is located above street level, elevator service shall consist of a minimum of two accessible elevators which serve the floor proposed for the Government. One of the accessible elevators may serve as a freight elevator, provided that the public route of travel does not require access to the employee’s entrance.



-Prior to lease award, offeror may be required to provide a test-fit to determine efficiency of space layout. See AAAP RLP Paragraph 2.01, Efficiency of Layout





Agency Tenant Improvement Allowance:

Existing leased space: $N/A per ABOA SF

Other locations offered: $60.03 per ABOA SF



Building Specific Amortized Capital (BSAC):

Existing leased space: $N/A per ABOA SF

Other locations offered: $6.00 per ABOA SF





IMPORTANT NOTES





"The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $69.30 per ABOA SF. The Government will use the TI Allowance as stated above in evaluating the TI rent component of offers; however, this does not preclude the Government from consideration of move-related replications costs in the evaluation, as outlined under RLP 23-REG03 Paragraph 4.04 “Present Value Price Evaluation (AAAP Variation).” The disclosure of this potential overage is not intended to be construed as an estimate of move-related replications costs. Also, it is not intended to serve as either an accurate estimate or an agreement by the Government as to the final pricing of the TI work, nor is it a commitment by the Government as to the level of TI work that eventually will be required. This disclosure is only intended to assist Offerors in understanding their potential obligation with respect to financing the full amount of Tenant improvements, as outlined under the Lease Paragraph 1.06 “Tenant Improvement Rental Adjustment (AAAP Variation).”





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, 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 the FY23 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.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 2022, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2023 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY23 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
  • OFFICE OF LEASING 100 S. PENNSYLVANIA MALL WEST
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 13, 2023 02:24 pm EDTCombined Synopsis/Solicitation (Original)

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 >