California Bids > Bid Detail

Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #22-REG09 - OFFICE SPACE

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159127183427053
Posted Date: Oct 26, 2021
Due Date: Nov 8, 2022
Solicitation No: 22-REG_1CA2832
Source: https://sam.gov/opp/aa8695f83d...
Follow
Lease of Office Space within Region 9. Request for Lease Proposals (RLP) #22-REG09 - OFFICE SPACE
Active
Contract Opportunity
Notice ID
22-REG_1CA2832
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R9
General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 26, 2021 11:21 am EDT
  • Original Published Date: Oct 15, 2021 01:34 am EDT
  • Updated Date Offers Due: Nov 08, 2022 07:30 pm EST
  • Original Date Offers Due: Nov 08, 2022 07:30 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 23, 2022
  • Original Inactive Date: Nov 23, 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:
    Ontario , CA
    USA
Description

This advertisement is hereby incorporated into the RLP 22-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: Ontario



State: CA



Delineated Area: City limits of Ontario, CA.



Minimum ABOA Sq. Ft.: 2,576



Maximum ABOA Sq. Ft.: 2,962



Space Type: Office



Term*: 15 years Full Term/ 13 years Firm Term



Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital



Agency Unique Requirements:



1. All perimeter walls of our footprint in the prospective lease must meet legal

definition of demising walls defined by the local building code, including fire

separation and physical separation from other tenants in the building

2. Slab to slab must not exceed 12 feet. In case if it exceeds 12’ then the lessor will

provide at their own expense all provisions to meet sound insulation of intended

interview rooms, conference rooms and offices.

3. Facility must be within 1/5 mile walking distance from a public transportation.

4. Facility must be within 1/5 walking distance from variety of commercial food

service facilities.

5. IDF closet shall receive cooling at all times (24 hrs a day, 365 days a year) for

purposes of cooling the designated server room. The peak BTU output of this

room is established as 15k BTU per hour. The temperature of this room shall be

maintained at 68 degrees F, with humidity control not to exceed 60% relative

humidity, regardless of outside temperature or seasonal changes.

6. IDF closet must be in a secure space.

7. If proposed facility is located on other than Ground Floor then there must be a

freight elevator and/or back-up elevator inside the building lobby.

8. Restrooms must be accessible inside the building.

9. Ability to provide separate access points for public and employees.



Agency Tenant Improvement Allowance Existing leased space: $65.441161 per ABOA SF



Other locations offered: $65.441161 per ABOA SF





Building Specific Amortized Capital (BSAC) Existing leased space: $10.991459 per ABOA SF



Other locations offered: $10.991459 per ABOA SF





IMPORTANT NOTES:



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 RLP 22-REGXX. 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 2021, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2022 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY22 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 50 UNITED NATIONS PLAZA
  • SAN FRANCISCO , CA 94102
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >