Skip to main content

An official website of the United States government

You have 2 new alerts

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

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: Presolicitation (Updated)
  • Updated Published Date: Apr 12, 2022 01:22 pm EDT
  • Original Published Date: Mar 01, 2022 06:21 pm EST
  • Updated Response Date: Apr 07, 2022 07:30 pm EDT
  • Original Response Date: Mar 07, 2022 05:30 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • 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:
    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:                                        Various - Refer to Delineated Area

State:                                      California

Delineated Area:                    North:   California State Route 91

                                                South:  California State Route 133

                                                East:    California State Route 241

                                                West:   California State Route 1

Minimum ABOA Sq. Ft.:        2,574 ABOA SF

Maximum ABOA Sq. Ft.:       2,702 ABOA SF

Space Type:                           Office

Term:                                      15 Years, 13 Firm

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

Agency Unique Requirements:                           

  • Slab to slab must not exceed 12 feet.
  • Parking: 8 reserved spaces
  • 24 hours, 365 days a year cooled and secured IDF closet within the offered space. IDF closet shall be maintained at 68 degrees Fahrenheit with humidity control no to exceed 60% relative humidity.
  • Property must be within ¼ mile (1,320 feet) from public transportation.
  • Property must be within ¼ mile (1,320 feet) from a minimum of two commercial food service facilities.
  • Facility Security Level (“FSL”):         Facility Security Level II

Agency Tenant Improvement Allowance

Existing leased space:       N/A

Other locations offered:     $67.209841 per ABOA SF

"The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $82.305699 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 22-REG09 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).”

Building Specific Amortized Capital (BSAC)

Existing leased space:       N/A

Other locations offered:     $11.602953 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-REG09.  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.

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