Skip to main content

An official website of the United States government

You have 2 new alerts

8AL2163 The US Government Seeks to Lease Office and Related Space in Mobile, AL - Solicitation

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: Mar 13, 2023 05:39 pm EDT
  • Original Published Date: Oct 28, 2022 02:29 pm EDT
  • Updated Date Offers Due: Mar 24, 2023 05:00 pm EDT
  • Original Date Offers Due: Nov 18, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 25, 2023
  • Original Inactive Date: Nov 19, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Mobile , AL
    USA

Description

RLP Procurement Summary                                                                           GSA Public Buildings Service

                                                                     U.S. GOVERNMENT

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

State: AL

City: Mobile

Delineated Area:

North: Adams

South: Government Street

East: N. Water Street

West: N. Franklin Street                        

Minimum Sq. Ft. (ABOA): 32,000

Maximum Sq. Ft. (ABOA): 33,600

Space Type: Office

Parking Spaces (Total): 10

Parking Spaces (Surface): 0

Parking Spaces (Structured): 10

Parking Spaces (Reserved): 10

Full Term: 20

Firm Term: 15

Option Term: NA

Additional Requirements:

Contiguous space on a single floor or adjoining floors (including stacked space) is required.

 Space should be located on the second (2nd) floor or above of a multi-story building of more than three floors.

The Government shall have access to the space 24 hours a day, 7 days a week and 365 days a year. 

Collocation

For security and safety of employees, and

Government operations, Government cannot

be collocated with:

  1. Mental Health Facilities
  2. Drug Treatment Facilities
  3. Blood or Plasma Donation Centers
  4. Bail Bonds
  5. Criminal Rehabilitation or Reintegration Services such as Halfway Homes
  6. Law Firms Specializing in Criminal Defense or Immigration cases
  7. Social Service Organizations, to include organizations that provide assistance to crime victims and immigrants
  8. Temporary Labor Services, such as a Day Labor Providers
  9. Residential units
  10. State Agencies whose primary clientele are involved in or have ties to criminal elements
  11. Local Government Agencies whose primary clientele are involved in or have ties to criminal elements

Entities which the Government cannot be located within 1,000 walkable feet.

Government is not to be located in any building or within 1,000 walkable feet of the following agencies or industry types:

A. Private firms whose primary clientele are involved in or have ties to criminal elements.

B. Agencies providing probation and/or parole services.

C. Halfway houses.

D. Agencies providing drug abuse counseling/ rehabilitation programs.

E. Agencies providing social service agencies and welfare type programs.

F. Agencies providing welfare type programs

G. Private law firms representing drug offenders.

Proximity to Government Entrances and Exits.

Government building entrances/exits are not to be located within a 1,000 foot minimum boundary of:

A. 1,000 walkable feet from a Drug-free zone.

B. 1,000 walkable feet from a day care center boundary.

C. 1,000 walkable feet from a park.

D. 1,000 walkable feet from a school.

E. 1,000 walkable feet of areas where drug activities are prevalent.

I. 1,000 walkable feet of residential housing owned by a public housing authority.

Additional Criteria:

• Government cannot share parking garage of lot with pretrial services, probation or public defenders.

These factors may be acceptable but may not pose an unacceptable risk of surveillance of Government facilities or operations. The Government will assess the security of Government operations during the site selection/market survey process. The determination of the acceptance of locations where easy surveillance of Government facilities creates an unacceptable security risk to operations is within the sole discretion of the Government.

Residential adjacencies to potential sites will be carefully reviewed with agency security guidelines and at the Government's discretion, may be eliminated from consideration.

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 100 year flood plain.

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: 3/24/2023

Occupancy (Estimated): 01/01/2024

Send Offers to:

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: 8AL2163

Government Contact Information (Not for Offer Submission)

Role

Lease Contracting Officer: Marcus Skinner | marcus.skinner@gsa.gov

Leasing Specialist: Keith Harris | winfred.harris@gsa.gov

Broker: Raquel Howard | 404-504-0012 | raquel.howard@gsa.gov

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

******************************************************************************************************

Contact Information

Contracting Office Address

  • PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact





History