Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #24-REG09 - Office Space

Agency: GENERAL SERVICES ADMINISTRATION
State: Arizona
Type of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Posted: Apr 16, 2024
Due: May 7, 2024
Solicitation No: 2AZ0357
Publication URL: To access bid details, please log in.
Follow
Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #24-REG09 - Office Space
Active
Contract Opportunity
Notice ID
2AZ0357
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R9 LEASING DIV
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 16, 2024 06:04 pm EDT
  • Original Date Offers Due: May 07, 2024 07:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 22, 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:
    Phoenix , AZ
    USA
Description

This advertisement is hereby incorporated into the RLP 24-REG09 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: Phoenix

State: Arizona

Delineated Area: North: Camelback Rd; East: 7th St.; South: McDowell Rd, E. McDowell Rd; West: N. 19th Ave.

Minimum ABOA Square Feet: 5,160

Maximum ABOA Square Feet: 5,934

Space Type: Office

Lease Term: 10/8 (10-year term with 8 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.





AGENCY UNIQUE REQUIREMENTS

Services, utilities, and maintenance shall be provided daily, extending 7:00 am to 6:00 pm except Saturdays, Sundays, and Federal Holidays.



SPECIAL REQUIREMENTS

A. Build out of space must be accomplished in accordance with all local codes, and all requirements of the RLP/LD, including Special Requirements and all the attachments. Where discrepancies exist between the Special Requirement and the RLP/LD the more stringent requirement shall apply. Where further clarification is needed, it is the Offeror’s responsibility to contact the Government's Contracting Officer.

B. All square footages referenced in the RLP and attachments are approximate and may vary upon layout of the space. In relation to this RLP, they are to be used for estimating purposes only. The following Special Requirements will be required to be incorporated into the Design Intent Drawings, Construction Drawings, and the Government leased Space.

C. All NPS telephones will run over standard data lines thus, all data specification should be used interchangeably with telephone requirements. There will be only one wiring system: telephone and data will be separated in the IT room by NPS IT.

D. Data/Tele Port Spacing: to accommodate future needs, one port is not sufficient, but a minimum of one port per wall (when more than 4 linear feet of wall) is required. For longer walls, or areas with more than one workstation, two or more ports are required.

E. Electrical: best practice is to have 20 Amp breakers with wire sized for the 20amp breakers and 15amp outlets.

F. Best Practice is for every computer and monitor to be attached to a surge protector, thus two outlets in a standard location is not useful. Require contractor to meet electric code, and a 15amp outlet at least every 6 ft.



ASRs - EXTERIOR AND THROUGHOUT OFFICE

A. General

1. Keyed or carded entry on exterior doors

2. Keyed or carded locks on entry doors into NPS suite and into IT/Telecommunications room.

3. Commercial grade 1 Small Format IC core locks of office doors in NPS Suite. On office doors in NPS suite. NPS will provide locks for office doors in NPS Suite.

4. Rooms will be designated to receive systems furniture (Government furnished). Precise layout and sizing of all offices, workstations and other miscellaneous areas shall be determined by the Government during the design intent drawing phase.

5. All space is to be newly carpeted except for VCT (Vinyl Composition Tile) in employee Kitchen/break area, storage rooms and IT room. Carpet is to be replaced after 10 years.

6. The Lessor shall be responsible for the cost of purchasing data and communications cable. Said cable shall be RJ-45 wall terminations and connected to systems furniture, work stations, and support areas by the Lessor/contractor with the assistance and/or advice of the Government or computer vendor. All telecommunications and data lines shall meet Category 6 or high standard with RJ-45 terminals at wall receptacles. Use T-568A wiring standard on all ends

7. The Contractor shall provide and install a telecommunications distribution system meeting all applicable Category 6 or better product and installation standards at time of installation.

8. Lessor shall test all installed data and communications cable for continuity.

9. All existing electrical outlets, data and communications drops shall be tested and functional.

10. During the term of the lease the Lessor/Contractor shall maintain the telecommunications system as originally installed.

11. National Park Service reserves the right to request the installation of additional electrical,data and communication drops during the design phase.

12. Square footage listed for areas below does not reflect interior circulation add-on.

13. Provide natural lighting for as much interior space as practical.

14. All on-site parking to be maintained as needed for cracks, potholes, resurfacing, restriping, etc.

15. All water (domestic and fire) shall be municipal water.

16. Flagpole required.



ASRs - INTERIOR - All office sizes approximate

A. Superintendent; (150 sf)

1. Keyed lock required

B. Administration Officer; (150 sf)

1. Keyed lock required

C. Facility Management Supervisor, Integrated Resources Manager, Lead IT Specialist & Servicing Human

Resources Officer; (4 @ 130 sf each)

1. Keyed lock required

D. Shared Departmental Offices; IT, FM, IR, & ADMIN (2 workstations in each office) (4 @ 130 sf each)

1. Keyed lock required

E. Shared/Private Hoteling Offices; (2 workstations in each) (2 @ 130 sf each)

1. Keyed lock required

F. Executive Assistant; (75 sq ft)

1. Keyed lock required

G. FM Touchdown area; (2 workstations) (130 sf)

H. Records Room & PIV Station; (2 workstations) (125 sf)

1. Keyed lock required

I. Galley with storage closet – Self Contained (168 sf)

1. A minimum of 8 linear feet of base and 8 linear feet of overhead cabinets shall be provided and installed. Base cabinets shall be a minimum of 2’ deep. Overhead cabinets shall be a minimum of 1’ deep. Provide and install a laminate, solid surface or stone countertop with a 4” (minimum height) backsplash. Each cabinet section must have two adjustable shelves.

2. Provide and install one (1) ceiling-mounted exhaust fan. The fan shall have a minimum capacity of 150 cfm, and it shall be vented to the exterior of the building.

3. A standard stainless steel double bowl sink with a garbage disposal and hot and cold dual controlled goose neck faucet.

4. Adequate space for a Government-provided refrigerator is required in this room. Dimensions and location will be identified during design. A dedicated 120V 20 amp general purpose duplex receptacle and a separate water line shall be provided and installed for the refrigerator

5. Provide and install an adequate amount of general purpose duplex receptacles for a microwave, coffee maker, and two small countertop-style electrical appliances. Provide proper circuiting by code for referenced outlets.

J. Administrative Supply Room/Postal Center; (135)

1. Keyed lock required

K. Front Supply Closet; (Admin & IR) (128 sf)

1. Keyed lock required

L. Server Room; (135 sf)

1. Keyed lock required

M. Small (300 sf) and Large Conference Rooms (700 sf plus storage closets (21 sf))

1. Provide and install standard 20 amp receptacles along perimeter walls to code.

2. Provide and install 1 telecommunication box with voice and data on each wall of conference room

3. Provide and install 1 computer 20 amp receptable under conference room table.

4. Provide and install 1 telecommunication box with voice and data jacks under conference room table.

5. Provide and install 1 telecommunication box with voice and data jacks, wall blocking and TV wall bracket for Video Teleconference (VTC) station. Location to be determined during DID phase.

6. Provide whiteboard along one wall. Location to be determined during DID phase.

7. Lights must be dimmable.

N. Bathrooms (2 @ 161 sf each)

O. Janitor Closet (60 sf)

1. Water service for standard garden hose and mop bucket drain required.

P. Public Reception Area. (Reception desk island with workstation, room for pamphlet display) (260 sf)

Q. Internal Reception Area with 4 Touchdown Stations; (355 sf)

1. Reception desk island with workstation and 4 workstation.

R. Interior (422 sf) and Exterior (730 sf) Halls

S. Basement Storage Cage (386 sf)



ASRS - PARKING, SECURED GOV PARKING

A. On-Site Parking-paved (8 Spots);

1. 3 visitor parking spaces in public lot

B. Secure Parking Area- paved (approximately 6,400 sf) for 5 fleet vehicles (GOVs)

1. Secure area shall be accessed by cardlock system

2. Secure area shall be covered parking

3. Secure area shall be patrolled and maintained



Agency Tenant Improvement Allowance:

Existing leased space: $0.00 per ABOA SF

Other locations offered: $224.27 per ABOA SF*

Building Specific Amortized Capital (BSAC):

Existing leased space: $0.00 per ABOA SF

Other locations offered: $14.00 per ABOA SF



*This is a rough magnitude estimate and will be amended at a future date.





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 FY24 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 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 2023, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2024 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY24 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
  • PBS R9 LEASING DIV 50 UNITED NATIONS PLAZA
  • SAN FRANCISCO , CA 94102
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 16, 2024 06:04 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 19, 2024[Combined Synopsis/Solicitation (Updated)] Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #24-REG09 - 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

...Toggle navigation Solicitations Tabulations, Awards, and Recommendations...

City of Phoenix

Bid Due: 5/29/2024

...Follow Design/Bid/Build - Area Maintenance Support Activity (AMSA) - San Tan Valley, Arizona... ...

DEPT OF DEFENSE

Bid Due: 5/16/2024

...Follow Shortlist Phase 2 Request for Proposals- Design-Build Services for the New Douglas..., ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/31/2024

* 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.