Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space

Agency: GENERAL SERVICES ADMINISTRATION
State: Louisiana
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Jul 13, 2023
Due: Aug 7, 2023
Solicitation No: 23-REG07_2LA0242
Publication URL: To access bid details, please log in.
Follow
Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Active
Contract Opportunity
Notice ID
23-REG07_2LA0242
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7
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: Jul 13, 2023 11:01 am EDT
  • Original Published Date: Sep 29, 2022 11:14 am EDT
  • Updated Date Offers Due: Aug 07, 2023 07:30 pm EDT
  • Original Date Offers Due: Oct 20, 2022 07:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 22, 2023
  • Original Inactive Date: Nov 04, 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:
    Lake Charles , LA
    USA
Description

This advertisement is hereby incorporated into the RLP 23-REG07 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: Lake Charles

State: LA

Delineated Area: City of Lake Charles

Minimum ABOA Square Feet: 3,652

Maximum ABOA Square Feet: 4,017

Space Type: Office

Lease Term: 10/8

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

• All space must be contiguous, and preferably on the 2nd floor or higher. Space on the first floor will be considered only when no other space is available, or if deemed appropriate by Tenant. First floor spaces require additional security measures.

• If the exterior skin of the building is not of substantial construction as determined by Tenant Security (e.g., concrete, filled CMU) and does not meet Tenant’s forced entry protection requirements, interior assembly of perimeter walls must be constructed in accordance with Wall Type A7 specifications.

• All exterior perimeter windows must have fragment retention film, except at SCIF Rooms, which must have film rated for RF/IR shielding and blast film, as specified within the POR.

• All perimeter windows less than 18’-0” from grade or accessible platform (e.g., air conditioners, fire stairs, adjacent roofs, ledges, or windows) must have forced entry protection such as man bars or security screening. Assessment of accessible platform(s) will be determined by Tenant Security.

• Design of workstation must ensure computer monitors do not face exterior windows.

• Roofs less than 18’-0” from grade or accessible platform must meet the same forced entry protection and sound attenuation requirements as the building’s perimeter walls. Metal roofs less than 18’-0” from grade or accessible platform must be 18-gauge or greater to meet the same forced entry protection and sound attenuation requirements as perimeter walls.

• Metal structure buildings that will have an “Open Storage Secure” security posture must have the secured perimeter constructed to meet forced entry protection requirements, Wall Type A7, or approved equivalent by Tenant and CO.

• If the space and/or building are of wood joist construction or in an historical building, additional security measures will be required and must be approved by Tenant Security.

• Skylights must be removed or secured against forced entry, blast, and visual observation.

• Where Tenant space adjoins another building, tenant, or public areas, perimeter walls of Tenant space must be constructed slab-to-slab in accordance with the diagram for Wall Type A7. All conduits, backboxes, and electrical devices on Tenant demising wall must be surface-mounted on the secure side. Surface mounting is not required if non-secured side of Wall Type A7 is available for inspection by Tenant.

• No telephone lines, data lines, electrical service, plumbing service, or ducts other than that required for Tenant are permitted to pass through the space, except with specific approval from Tenant and CO or when routed through building space (such as electrical or telephone closets dedicated to that use). All wiring, conduits, and pipes running through the space and not serving Tenant’s needs must be removed and/or rerouted. If wiring, conduits, and pipes must not be removed and/or rerouted, they must be enclosed with a construction assembly compliant to secure wall requirements.

• Future ceiling, floor slab, or demising wall penetrations through Tenant’s secured perimeter will not be permitted.

• If floor slab does not extend to the skin of the building, additional security measures will be required to meet forced entry protection, Tenant Security sound attenuation requirements, and RF requirements.

• The office will be provided with file safes weighing between 850 lbs and 1,000 lbs each. Although safes will be dispersed throughout the office, floor load of the proposed site must be capable of supporting this additional weight. Tenant will provide Lessor and Lessor’s team with quantity and approximate location of safes.

• Tenant’s regular business hours are 7:00 AM to 5:30 PM; however, 24-hour access to the space and any provided elevator service must be available 365 days per year.

• One (1) elevator must be provided with override control. If the office is located on the 6th floor or above, elevator must be on emergency power.

• Proposed site must not be within 640’-0” of any facilities identified by ISC as “hazardous materials transportation/ storage facilities.”

• Hazardous locations include facilities with potential environmental threats (e.g., fuel storage areas, gas stations, chemical manufacturing facilities, and railroad lines transporting hazardous material).

• Special consideration should be given to exclude sites located near hazardous areas, such as bulk storage sites (e.g., hazardous materials storage sites, water purification centers, above-ground fuel storage, and rail yards).

• It is preferred that the proposed facility not be located near “Low Risk Facilities” (e.g., day care centers, senior centers, schools, hospitals, and religious/rehabilitation/social service centers).

• Proposed facility must not be located within 400’-0” of public defenders, ICE, probation offices, IRS, universities, other businesses or facilities, deemed unacceptable by Tenant Security for safety purposes. This requirement may be waived by Tenant Security if no other facility is deemed acceptable. In those cases, enhanced security requirements may be necessary.

• Proposed Tenant spaces or facilities within 400’-0,” or adjacent to facilities associated with foreign powers identified in Tenant's National Security Threat List, will not be considered.

• For proposals of space in existing buildings, standoff distance must be provided from the curb line or nearest point accessible by a vehicle to the façade of the building to house the Tenant office. Refer to Appendix 3 of this POR.

• Crawl space below or attic areas above the space proposed for Tenant’s occupancy is not preferred, and will require additional security measures.



Agency Tenant Improvement Allowance:

Existing leased space: $50.46 per ABOA SF

Other locations offered: $50.46 per ABOA SF



Building Specific Amortized Capital (BSAC):

Existing leased space: $25.00 per ABOA SF

Other locations offered: $25.00 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, 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.



Contact Information



Michael Noye, michael.noye@gsa.gov. 817-201-9326

Gene Collier, emma.collier@gsa.gov, 817-978-4235


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Sep 29, 2022[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Sep 30, 2022[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Oct 3, 2022[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Oct 5, 2022[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Nov 17, 2022[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Nov 28, 2022[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
Jan 25, 2023[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
May 4, 2023[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 7. Request for Lease Proposals (RLP) #23-REG07 Office Space
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

bid number description date issued bid open date/time help 3000022280 Lead & Copper

State Government of Louisiana

Bid Due: 12/28/2024

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a 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.