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
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 , IDUSA
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.
Attachments/Links
Contact Information
Contracting Office Address
- PBS R10 OFFICE OF LEASING 1301 A STREET, SUITE 610
- Tacoma , WA 98402
- USA
Primary Point of Contact
- Alisha Wofford
- alisha.wofford@gsa.gov
- Phone Number 6173068195
Secondary Point of Contact
- Caitlin Morgan
- caitlin.morgan@gsa.gov
- Phone Number 2067429810
History
- Feb 06, 2025 08:55 pm PSTSolicitation (Updated)
- Jan 30, 2025 02:28 pm PSTSolicitation (Updated)
- May 31, 2024 09:00 pm PDTSolicitation (Updated)
- Feb 17, 2024 08:55 pm PSTSolicitation (Original)
- Oct 05, 2023 08:55 pm PDTPresolicitation (Updated)