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: NBD00159668022418354
Posted Date: Nov 4, 2022
Due Date: Nov 7, 2022
Solicitation No: 23-REG03_1MD2233
Source: https://sam.gov/opp/ddd5241f22...
Follow
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #23-REG03 - OFFICE SPACE
Active
Contract Opportunity
Notice ID
23-REG03_1MD2233
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 04, 2022 11:27 am EDT
  • Original Published Date: Oct 14, 2022 09:34 am EDT
  • Updated Date Offers Due: Nov 07, 2022 07:30 pm EST
  • Original Date Offers Due: Nov 07, 2022 07:30 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 22, 2022
  • Original Inactive Date: Nov 22, 2022
  • 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 295 and I-195 and travel along I-195 north to where it crosses

    over Furnace Rd near its intersection with River Rd.;

  • Follow River Rd. northeast until it merges into W. Nursery Rd;

  • Follow W. Nursery Rd. northeast to I-695;

  • Follow I-695 southeast to I-97;

  • Follow I-97 south to Dorsey Rd. (MD Route 176);

  • Follow Dorsey Rd. west to Wright Rd.

  • Follow Wright Rd southwest to MD Route 100;

  • Follow MD Route 100 northwest to 295; and

  • Follow MD Route 295 northeast to where it meets I-195 at the point of origin.



Minimum ABOA Sq. Ft.: 25,549



Maximum ABOA Sq. Ft.: 26,826



Space Type: Office Space



Term*: 15 years / 13 firm



NOTE: Choose the applicable Amortization Term for the corresponding Lease Term before posting



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. Offered space shall be contiguous and located on a maximum of two (2) consecutive floors. Approximately 200 ABOA SF of this requirement must be located on the first floor.



2. Offered space must have access to a loading dock or acceptable alternative loading area to receive and break down pallets from box trucks.



3. If offered space is located above the first floor, access to a freight elevator is required. A passenger elevator can be used as a freight elevator if that is standard operating procedure in the building.



4. Offered space above the first floor shall have a minimum of two (2) operational passenger elevators servicing those floors. All elevators servicing offered space on full floors shall have the capability to lock out full floors.



5. Offered space must not be in the same building or within 1,000 ft. of a correction facility, parole office, marijuana dispensary, or methadone clinic.



6. Twenty (20) secured reserved surface parking spaces for Government vehicles shall be located on site. At least one parking area must have two (2) unobstructed egress points.



7. Offered buildings/properties are subject to a risk/vulnerability assessment and, if deemed unacceptable as a result, the building shall not be considered.



8. Prior to lease award, offeror shall 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: $NA per ABOA SF



Other locations offered: $96.04 per ABOA SF





Building Specific Amortized Capital (BSAC) Existing leased space: $NA per ABOA SF



Other locations offered: $25.00 per ABOA SF



* The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $62.75 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).



IMPORTANT NOTES:



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.



Paragraph 1.05 of the RLP (R100) and Paragraph 4 of the Lease (L100) are hereby modified to remove the “AAAP Construction Schedule” and replace it as follows:



Phase



Duration



Design Kick Off Meeting with Lessor, GSA & Agency (after Lease Award) 10 DAYS



Lessor Provided (50%) Design Intent Drawings (DIDs) 20 DAYS



DIDs Reviewed by GSA/Agency 15 DAYS



Revised Drawings / DIDs Provided by Lessor (95%) 20 DAYS



DIDs Approved by GSA/Agency 10 DAYS



Lessor Submits 75% CDs 30 DAYS



Government Reviews 75% CDs 15 DAYS



Lessor Submits 95% CDs 20 DAYS



Government Review of 95% CDs 10 DAYS



Lessor Submits Updated CDs 100% 10 DAYS



Final Review by GSA/Agency 10 DAYS



Lessor Preparation and Submission of the TI and BSAC Price Proposal 30 DAYS



TI Negotiations completed/ Government Issues NTP 60 DAYS



Construction Kick Off Meeting 10 DAYS



Lessor Completes Construction of TIs and Completion of Other Required Construction Work 200 DAYS



Acceptance Inspection/Generate Punchlist10 DAYS



Punchlist Completed 20 DAYS







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

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 >