Lease of Office Space within Region 9. Request for Lease Proposals (RLP) # 24-REG00- Office Space
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: Nov 01, 2023 04:12 pm EDT
- Original Published Date: Oct 25, 2023 12:32 pm EDT
- Updated Date Offers Due: Dec 07, 2023 07:30 pm EST
- Original Date Offers Due: Nov 07, 2023 07:30 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Dec 22, 2023
- Original Inactive Date: Nov 22, 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: Walnut Creek , CAUSA
Description
This advertisement is hereby incorporated into the RLP 24-REG00 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: Walnut Creek
State: CA
Delineated Area:
-
- North: Mayhem Way to Bancroft Rd. to Treat Blvd.
- East: Oak Grove Rd.
- South: Ygnacio Valley Rd.
- West: Interstate 680
Minimum ABOA Square Feet: 1,746
Maximum ABOA Square Feet: 2,134
Space Type: Office
Lease Term: 10/5 (10-year term with 5 years firm)
Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements.
Amortization Term: 5 years for both Tenant Improvements and Building Specific Amortized Capital.
Estimated Occupancy Date: 12/10/2025
Internal Revenue Service (IRS) Unique Requirements:
1. Agency Tenant Improvement Allowance
Existing leased space: $_49.13_____ per ABOA SF
Other locations offered: $_49.13.____ per ABOA SF
2. Building Specific Amortized Capital (BSAC)
Existing leased space: $__12.00____ per ABOA SF
Other locations offered: $__12.00____ per ABOA SF
3. Contiguous, above-ground space is required.
4. If space is not available on the first floor for the Taxpayer Assistance Center (TAC), then the TAC must be located within 200' of the elevators.
5. For effective space utilization, a minimum of 30' (on-center) between structural elements (columns, core, curtain wall, etc.) is required. Additionally, for the efficiency of layout, the following cannot be considered:
a. Narrow column spacing;
b. Atriums, light wells, or other areas interrupting contiguous spaces;
c. Extremely long, narrow runs of space;
d. Irregular space configurations; or
e. Other unusual building features.
Any other configuration must be approved by the GSA Lease Contracting Officer and IRS.
6. Rest rooms shall not be located within IRS tenant space. In addition, IRS cannot/will not pay for construction of restrooms for use by either employees or visitors. See GSA lease for restroom proximity requirements.
7. 9 public parking spaces must be available for Taxpayer Assistance Center (TAC) visitors (taxpayers) within a walkable ¼ mile of the office location.
8. IRS normal hours of operation are 6:00 a.m. to 6:00 p.m., Monday – Friday.
9. IRS operations preclude interruption during certain time frames. The Taxpayer Assistance Center (TAC) may not be moved, nor impacted by construction, during the filing season, from January 1st through April 15th.
IMPORTANT NOTES
Check the attachments and links section of this notice for possible, additional project-specific requirements or modifications to the RLP.
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.
(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 the FY24 AAAP RLP. 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 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://leasing.gsa.gov/leasing/s/AAAP-PortalHome.
If you have previously submitted an offer in FY 2023, the AAAP application has a copy feature which will allow existing offers to be copied over to the FY 2024 RLP in order to avoid having to re-enter all of the data manually. Please be sure to review FY24 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
- PBS R9 LEASING DIV 50 UNITED NATIONS PLAZA
- SAN FRANCISCO , CA 94102
- USA
Primary Point of Contact
- Jose Chaires
- jose.chaires@gsa.gov
Secondary Point of Contact
- Austin Germani
- austin.germani@gsa.gov
History
- Dec 24, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Nov 13, 2024 10:57 am ESTCombined Synopsis/Solicitation (Updated)
- Nov 13, 2024 10:55 am ESTCombined Synopsis/Solicitation (Updated)
- Nov 05, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Oct 01, 2024 02:38 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 01, 2024 02:35 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 23, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Jun 07, 2024 03:41 pm EDTCombined Synopsis/Solicitation (Updated)
- Dec 22, 2023 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Nov 01, 2023 12:47 pm EDTCombined Synopsis/Solicitation (Updated)
- Nov 01, 2023 12:43 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 30, 2023 10:48 am EDTCombined Synopsis/Solicitation (Updated)
- Oct 26, 2023 06:19 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 25, 2023 12:32 pm EDTCombined Synopsis/Solicitation (Original)