Skip to main content

An official website of the United States government

You have 2 new alerts

Leased Space Atlanta, GA

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Jan 12, 2023 03:52 pm EST
  • Original Published Date: Dec 05, 2022 03:16 pm EST
  • Updated Date Offers Due: Jan 19, 2023 03:00 pm EST
  • Original Date Offers Due: Jan 17, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 03, 2023
  • Original Inactive Date: Feb 01, 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:
    Atlanta , GA 30320
    USA

Description

AMENDMENT A05 ---------  01/12/2023

This AMENDMENT A05 answers a question.

------------------------------------------   END OF AMENDMENT A05 -------------------------------------

AMENDMENT A04 ---------  01/12/2023

This AMENDMENT A04 answers questions, updates the RLP to highlight changes, and adds EXHIBIT G SEISMIC OFFER FORMS (RLP SECTION 2.03.D).  IN ADDITION - THIS SOLICITATION HAS BEEN EXTENDED AND DUE ON THURSDAY, JANUARY 19,2023 AT 3:00PM ET.  ALL changes in the documents ending A04 are highlighted in yellow.

------------------------------------------   END OF AMENDMENT A04 -------------------------------------

AMENDMENT A03 ---------  01/06/2023

This AMENDMENT A03 answers questions, updates the RLP and DRAFT LEASE to highlight changes, inclusive of FIRM-TERM change to 7-years (lease term 15 years - 7 firm, one option of 5-years and one option of 3-years) missed in A02.  ALL changes in the documents ending A03 are highlighted in yellow.

------------------------------------------   END OF AMENDMENT A03 -------------------------------------

AMENDMENT A02 ---------  12/23/2022

This AMENDMENT A02 answers questions, updates the RLP and DRAFT LEASE to highlight changes, inclusive of FIRM-TERM change to 7-years (lease term 15 years - 7 firm, one option of 5-years and one option of 3-years).  ALL changes in the documents ending A02 are highlighted in yellow.

------------------------------------------   END OF AMENDMENT A02 -------------------------------------

AMENDMENT A01 ---------  12/08/2022

This AMENDMENT A01 answers questions, unanswered questions will be answered via subsequent Amendment once resolved.  In addition, EXHIBIT L-A1 is added and the RLP updated (highlight in yellow).

------------------------------------------   END OF AMENDMENT A01 -------------------------------------

Transportation Security Administration seeks to lease the following space:

State: GA

City:  Atlanta Metro (Hartsfield-Jackson Atlanta International Airport)

Delineated Area: Within a seven (7) mile radius of Hartsfield-Jackson Atlanta International Airport (ATL) Concourse D center and/or within a 15-minute drive to ATL North/South terminals during periods of heavy traffic or more clearly:

North: Interstate 20

South: Lafayette Dr. (Southern tip of Dickson Lake)

East: Bouldercrest Rd

West: Butner Rd. at Route 6

Minimum Sq. Ft. (ABOA):  39,000

Maximum Sq. Ft. (ABOA):  41,000

This is a new requirement for space.  The U.S. Government currently occupies office and related space in a building under lease on-airport/off-terminal in Atlanta, GA that is expiring December 31, 2023 with no options to renew. 

Offerors shall submit a full and responsive proposal in accordance with the solicitation package (RLP package inclusive of all required supplemental documents) by the solicitation closing at 3:00 p.m. ET on January 17, 2023

A building tour may be scheduled to determine suitability prior to award.

Space Type:  Class A or B Office

Parking Spaces (Total):  125

Parking Spaces (Reserved):  35

Full Term:  180 Months (15 Years)

Firm Term:  60 Months (5 Years)

Tenant Improvement Allowance Amortization Term: 5 years for Tenant Improvements 

Agency Unique Requirements:

  • Full finished occupancy for use on or before January 01, 2024
  • Twelve foot (12’) ceiling height from finished floor; if multiple floors required to meet sq. ft., only ONE floor must have 12’ height
  • One hundred (100) pounds per square foot floor load
  • Lessor to provide TI Allowance per Request for Lease Proposal.
  • A fully serviced lease, including all services, janitorial supplies, utilities and amortized tenant improvement and security allowances will be sought.
  • Offerors are advised that all Shell work associated with delivering the Tenant Improvements are at the Lessor’s cost.  
  • The Government will have access to the space 24 hours a day, 7 days a week.  Standard hours of HVAC operation is 6:00 a.m. to 10:00 p.m. including Saturdays, Sundays and Federal Holidays

 (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 https://lop.gsa.gov/resource/1506384521000/SeismicMap .  

Lease award will be made to the lowest price, technically acceptable offer based upon the requirements in this advertisement and in the RLP requirements package (sent separately and not attached to this notice) however, the Government reserves the right to enter into negotiations with Offerors as appropriate.

Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).  

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.

All questions regarding this requirement MUST be submitted in writing to the Contracting Officer by 3:00 p.m. ET on January 10, 2023. Formal response shall be posted via SAM.gov.

Due Date:  January 17, 2023 at 3:00 p.m. ET

Occupancy (Estimated):  January 1, 2024

Send Offered Properties to:

Role:  Contracting Officer

Name:  Charlotte M Carney

Email:  Charlotte.Carney1@tsa.dhs.gov

-and-

Role:  Realty Specialist

Name: Sarah Haney

Email:  Sarah.Haney@tsa.dhs.gov 

Solicitation (RLP) Number: 70T017-23-R-REGAF001

Note:   Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.  Failure to have a valid SAM registration at time of lease award renders the lowest priced technically acceptable Offeror ineligible and the next ACCEPTABLE Offeror will be considered.

Contact Information

Contracting Office Address

  • 6595 Springfield Center Drive
  • Springfield , DC 20598
  • USA

Primary Point of Contact

Secondary Point of Contact

History