New York Bids > Bid Detail

Lease of Office Space within Region 2. Request for Lease Proposals (RLP) #23-REG02 - Office Space

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159878099356328
Posted Date: Mar 15, 2023
Due Date: May 8, 2023
Solicitation No: 23-REG02_2NY0828
Source: https://sam.gov/opp/81cf94ab6d...
Follow
Lease of Office Space within Region 2. Request for Lease Proposals (RLP) #23-REG02 - Office Space
Active
Contract Opportunity
Notice ID
23-REG02_2NY0828
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R2 LEASING DIVISION
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2023 03:46 pm EDT
  • Original Date Offers Due: May 08, 2023 07:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 23, 2023
  • 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:
    Latham , NY
    USA
Description

This advertisement is hereby incorporated into the RLP 23-REG02 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: Latham



State: New York



Delineated Area:



NORTH: Route 7/ Troy Schenectady Road



EAST: Route 9 / Loudon Road



SOUTH: Albany Shaker Road / I-87 / Route 155 / Watervliet Shaker Road



WEST: Albany Shaker Road



Minimum ABOA Square Feet: 28,769



Maximum ABOA Square Feet: 30,207



Space Type: Office and Special Spaces for Law Enforcement



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.



AGENCY UNIQUE REQUIREMENTS



Space:




  • Location for space offered must be located within 5 miles of the Albany International Airport.

  • Offered space must be on 2nd floor or higher.



Parking:




  • The Government requires 16 on site, reserved, surface parking spaces.

  • In addition, the Government requires 58 on site, reserved, structured parking spaces.

    • A minimum of one (1) structured parking space will require a standard duplex outlet for a special purpose vehicle.





Government Agency:




  • The Government agency slated to occupy this space is law enforcement; agents are permitted to carry weapons.

  • The Government must be able to relocate any exterior infrastructure at its cost, such as fencing, to address security concerns.




  • The Government will require access to a secure space such as a sally port, loading dock, private elevator to bring in detainees from the parking area.




  • The Government will require the build out of special spaces, including but not limited to, holding cells and an evidence storage room.

  • The Government will require the Lessor to purchase, install and hook-up a new government- approved designated generator as part of the Tenant Improvement Allowance. The Tenant Improvement Allowance will be amortized over the first 8 years of the lease term and paid for as part of the rental consideration. In addition, the government will provide the Lessor with a lump sum payment on an annual basis to cover costs for above-standard maintenance and utilities specifically tied to the operation of this designated generator (including testing and if applicable, the cost of fuel). If required, the government will provide the Lessor with a lump sum payment for any future repairs of the designated generator that are not covered under warranty.



Hours of Operation:




  • Normal office hours of operation for this Government agency are 8:00am – 6:00pm.

  • This Government agency, however, will require access to spaces 24 hours a day, 7 days a week and 365 days per year and may require overtime utilities.





Agency Tenant Improvement Allowance:



Existing leased space: $63.87 per ABOA SF



Other locations offered: $63.87 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.


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 26 FEDERAL PLAZA
  • NEW YORK , NY 10278
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 15, 2023 03:46 pm EDTCombined Synopsis/Solicitation (Original)

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 >