Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25-REG04 - Office Space

Location: Florida
Posted: Oct 23, 2024
Due: Dec 9, 2024
Agency: GENERAL SERVICES ADMINISTRATION
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Solicitation No: 4FL0633
Publication URL: To access bid details, please log in.
Follow
Lease of Office Space within Region 4. Request for Lease Proposals (RLP) #25-REG04 - Office Space
Active
Contract Opportunity
Notice ID
4FL0633
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Oct 23, 2024 02:49 pm EDT
  • Original Date Offers Due: Dec 09, 2024 07:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 24, 2024
  • 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:
    Gainesville , FL
    USA
Description

This advertisement is hereby incorporated into the RLP 25-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: Gainesville



State: Florida



Delineated Area:



NORTH: NW 16th Ave



EAST: NE12th Ave (NE 11th Terrance), to NE 8th Ave, to NE 11th St, to SE 11th St



SOUTH: SW Depot Ave (SE 7th AVE)



WEST: NW 13th Street



Minimum ABOA Square Feet:



3,762



Maximum ABOA Square Feet:



3,950



Space Type: Office and related space



Lease Term: 17 years, 15 years 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. Type 5 years for a 10/5 lease. Type 8 years for a 17/15, 15/13, or 10/8 lease term.



AGENCY UNIQUE REQUIREMENTS






  • Forty (40) unreserved employee parking spaces, if not onsite, may not be further than ¼ walkable mile from the building.






  • The space shall be of contiguous office space in a professional and aesthetically pleasing Building.






  • Space shall be located 1) in an office, research, technology, or business park that is modern in design with a campus-like atmosphere; OR 2) Space offered shall be in a quality building of sound and substantial construction, either a new, modernized building, or one that has undergone restoration or rehabilitation for the intended use.






  • Agency employees regularly work beyond normal business including weeknights and weekends, therefore access to the Agency’s space and the building systems that service it, must be accessible 24 hours/7 days a week.






  • Daytime janitorial (cleaning) required.






  • Secure server room with 24/7 HVAC






  • Location should not be adjacent to overpasses, bridges, elevated ramps or railroad tracks.






  • Adequate eating facilities shall be located within ¼ mile walkable distance of the Building. Other employee services, such as retail shops, cleaners, and banks, and childcare facilities shall be located within ¼ mile walkable distance of the Building. Amenities must be existing, or Offeror must demonstrate to the Government’s reasonable satisfaction that such amenities will exist by the Government’s required occupancy date.






  • Space shall not be co-located with offices with the Federal Bureau of Investigation (FBI), Bureau of Alcohol, Tobacco and Firearms (ATF), Immigration and Customs Enforcement (ICE), Drug Enforcement Agency (DEA) or Customs and Border Protection (CBP). Streets and public walkways shall be well maintained.






  • Proximity to gun stores, pawn shops, adult entertainment clubs, liquor stores, medical (or otherwise) marijuana distributors or methadone clinics are precluded within a walkable ¼ mile of the proposed location.






  • Space shall be preferred on the ground floor, but not limited.






  • Proximity to gun stores, pawn shops, adult entertainment clubs, liquor stores, medical (or otherwise) marijuana distributors or methadone clinics are precluded within a walkable ¼ mile of the proposed location.






  • Spaces shall not be located in an industrial zoned area.






  • Spaces shall not be co‐located with a fitness gym where sounds from the facility cause disturbance of offered space.






  • Natural daylight shall be accessible within the building space design.






  • Space will not be considered where any living quarters are located within the building.






  • Offered space shall not be located in the 1-percent-annual chance (formally 100-year) flood plain or wetland unless the government has determined it to be the only practicable alternative.



Agency Tenant Improvement Allowance:



Total allowance for alternate location $61.22





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://leasing.gsa.gov/, will enable interested parties to offer space for lease to the Federal Government in response to the FY25 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 leasing@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 2024, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2025 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY25 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
  • Oct 23, 2024 02:49 pm EDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Orlando Executive Airport Air Traffic Control Tower Slatwall/Consoles Design, Fabrication, Delivery and

TRANSPORTATION, DEPARTMENT OF

Bid Due: 2/13/2025

Follow Water Intrusion Mitigation Project- Miami Air Traffic Control Tower (ATCT), Miami, FL

TRANSPORTATION, DEPARTMENT OF

Bid Due: 1/17/2025

Follow J023--FY25 Mobile Medical Unit Inspection and Preventative Maintenance Services Active Contract Opportunity

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 1/27/2025

Follow INDUSTRY DAY - CANAVERAL FIBER REINFORCED POLYMER (FRP) SECTOR GATE Active Contract

DEPT OF DEFENSE

Bid Due: 1/16/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.