Skip to main content

An official website of the United States government

You have 2 new alerts

GSA Request for Lease Proposal for Min. 2,813 - Max. 3,094 ABOA SF of Office and Related Space in Idaho Falls, ID for 10/5 Year Firm Term

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: Solicitation (Updated)
  • Updated Published Date: May 02, 2024 09:59 am PDT
  • Original Published Date: Jan 19, 2024 10:44 am PST
  • Updated Date Offers Due: May 30, 2024 04:00 pm PDT
  • Original Date Offers Due: Feb 16, 2024 11:59 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 31, 2024
  • Original Inactive Date: Feb 17, 2024
  • 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:
    Idaho Falls , ID
    USA

Description

RLP Procurement Summary                                                                                              GSA Public Buildings Service

U.S. GOVERNMENT

General Services Administration (GSA) seeks to lease the following space:

State: Idaho

City: Idaho Falls

Delineated Area: City Limits

Minimum Sq. Ft. (ABOA): 2,813

Maximum Sq. Ft. (ABOA): 3,094

Space Type: Office

Parking Spaces (Unreserved): Nine (9) Public Parking Spaces within ¼ Mile of Offered Space

Full Term: 10 Years

Firm Term: 5 Years

Option Term: Two 5-Year Renewal Options

Additional Requirements:

Offered space preferred on first floor pending security assessment. If not on the first floor, then must be located near an elevator lobby with common restrooms available and conveniently located for use by visitors.

Offered space may not be collocated with prisons, bail bonds, or rehabilitation treatment centers.

Contiguous, above-ground space is requested, except as noted below. If all space cannot be contiguous, then 1,124 usable sq. ft. may be located in a separate block elsewhere in the building. Non-contiguous space must be provided with a secure pathway (route) for connectivity between spaces. If space is on more than one floor, adjacent floors are preferred.

Public and employee building entries should be separate. Means of egress are determined by applicable codes and regulations.

The base building must provide common area restrooms that comply with specifications in the RLP/lease or all applicable local codes. They must be located on each floor that the tenant agency occupies and be within 200’ of the tenant suite entry or entries.

Rest rooms shall not be located within the offered space. The Government shall not pay for construction of rest rooms for use by either employees or visitors.

The offered space requires 70-80% open office planning, with standardized 6’x8’ systems furniture workstations and 8’x12’ offices. For effective space utilization, a minimum of 30’-0” o.c. between structural elements (columns, core, curtainwall, etc.) is desired. For most efficient office layouts on window walls, mullion spacing of 5’-0” o.c. is preferred.

General office space shall have a ceiling height of a minimum 9’-0”. Ceiling Heights in the MDF, IDF or other equipment rooms shall be a minimum of 8’-0” clear and have sufficient space above the ceiling for independent HVAC units, ducting, cable trays, or other necessary devices.

Equipment in MDF Room typically ranges from 50-200 PSF (pound per square foot). A safe located in the office space weighs approximately 300 lbs.

To demonstrate potential for efficient layout, the Offeror will be required to provide, at the Offeror's expense, a Computer Aided Design (CAD) file of the as-built floor plan showing the Space. The client agency reserves the right to perform a test fit layout when the space offered contains certain features such as:

• narrow column spacing;

• atriums, light wells, or other areas interrupting contiguous spaces;

• extremely long, narrow runs of space;

• irregular space configurations; or

• other unusual building features

The Government will advise the Offeror if the test fit layout demonstrates that the Government’s requirement cannot be accommodated within the space offered. The Offeror will have the option of increasing the ANSI/BOMA office area (usable) square footage offered, provided that it does not exceed the maximum ANSI/BOMA office area (usable) square footage in this RLP. If the Offeror is already providing the maximum ANSI/BOMA office area (usable) square footage and cannot house the

Government's space requirements, then the Government will advise the Offeror that the offer is unacceptable.

Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.  A fully serviced lease is required.  Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).

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). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.

Offers Due: 02/16/2024

Occupancy (Estimated): 11/30/2025

Electronic Offer Submission:

Offers must be submitted electronically through the Requirement Specific Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.

Interested parties must go to the RSAP website, select the “Registration” link and follow the instructions to register.  Instructional guides and video tutorials are offered on the RSAP homepage and in the “HELP” tab on the RSAP website.

Solicitation Number:

Solicitation (RLP) Number

2ID0180

Government Contact Information (Not for Offer Submission)

Role: Lease Contracting Officer

Phone: (617) 306-8195

Email: Alisha.Wofford@gsa.gov

Note:   Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible.

An offeror checklist has been included with the RLP to underscore the documents that may be required by this RLP. Detailed requirements are contained in the RLP. In the event of an inconsistency between this checklist and the RLP, the RLP is the authoritative source.

Contact Information

Contracting Office Address

  • PBS R10 OFFICE OF LEASING 1301 A STREET, SUITE 610
  • Tacoma , WA 98402
  • USA

Primary Point of Contact

Secondary Point of Contact

History