Search Contract Opportunities

Lease of Office Space within Region 5. Request for Lease Proposals (RLP) #24-REG05 - Office Space   2

ID: 1MI2234 • Type: Synopsis Solicitation

Description

This advertisement is hereby incorporated into the RLP 24-REG05 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: Grand Rapids

State: Michigan

Delineated Area:

North: Michigan St.

South: Fulton St.

East: Division St.

West: The Grand River (water way)

Minimum ABOA Square Feet: 1650

Maximum ABOA Square Feet: 1815

Space Type: Office Space

Lease Term: 8 years firm/10 year term

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

Agency cannot be located next to or in the same building with the U.S. Customs Enforcement Agency. AiPhone at entrance for public to buzz in for entry. Cypher lock for main entrance and office area entrance.

Agency Tenant Improvement Allowance:

Existing leased space: $55.42 per ABOA SF

Other locations offered: $55.42 per ABOA SF

Building Specific Amortized Capital (BSAC):

Existing leased space: $12.00 per ABOA SF

Other locations offered: $12.00 per ABOA SF

The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $139.83 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 24-REG05 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

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. For this procurement the January and February Open Periods will be used to collect offers.

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.

Overview

Response Deadline
Feb. 7, 2024, 7:30 p.m. EST Past Due
Posted
Dec. 11, 2023, 10:04 a.m. EST
Set Aside
None
Place of Performance
Grand Rapids, MI United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 12/11/23 PBS Region 5: Great Lakes Region issued Synopsis Solicitation 1MI2234 for Lease of Office Space within Region 5. Request for Lease Proposals (RLP) #24-REG05 - Office Space due 2/7/24. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Nikita M. Jones   Profile
Phone
(312) 203-8164

Secondary Contact

Name
Jeanette L Torres   Profile
Phone
(312) 497-5608

Documents

Posted documents for Synopsis Solicitation 1MI2234

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 1MI2234

Award Notifications

Agency published notification of awards for Synopsis Solicitation 1MI2234

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 1MI2234

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 1MI2234

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 1MI2234

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R5
FPDS Organization Code
4740-FY000
Source Organization Code
100176877
Last Updated
March 31, 2024
Last Updated By
joan.gorrell@gsa.gov
Archive Date
March 31, 2024