8AR2129 The US Government Seeks to Lease Office and Related Space in Fayetteville, Arkansas-RLP
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159173039640381 |
Posted Date: | Dec 22, 2023 |
Due Date: | Jan 19, 2024 |
Source: | https://sam.gov/opp/ee7236718c... |
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).
- Contract Opportunity Type: Solicitation (Original)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Dec 22, 2023 11:30 am CST
- Original Date Offers Due: Jan 19, 2024 05:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 03, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
-
NAICS Code:
- 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
-
Place of Performance:
Fayetteville , ARUSA
RLP Procurement Summary GSA Public Buildings Service
U.S. GOVERNMENT
General Services Administration (GSA) seeks to lease the following space:
State: Arkansas
City: Fayetteville
Delineated Area:
North: W. Howard Nickell Rd-112 / Wilkerson St /Johnson/ E Zion Rd
East: N. Crossover Rd- 265
South: E. Huntsville Rd -16 / Morningside-156 / N Main Ave-71, S. School Ave/Fullbright Expy / M.L.K Jr BLVD-62
West: N Double Springs Rd/ W. Wheeler Rd. / W. Weir Rd.
*Buildings that have frontage within 3 blocks of the boundary streets are deemed to be within the delineated Area of Consideration.
Minimum Sq. Ft. (ABOA): 8,500
Maximum Sq. Ft. (ABOA): 8,500
Space Type: Office
Parking Spaces (Total): 5
Parking Spaces (Surface): 0
Parking Spaces (Structured): 5
Parking Spaces (Reserved): 5
Full Term: 17 years
Firm Term: 15 years
Option Term: NA
Additional Requirements:
Space must be a walkable ¼ mile to a public transit stop. Space shall be located 1) in an office, research, technology, or business park that is modern in design with a campus-like atmosphere; OR 2) on an attractively-landscaped site containing one or more modern office buildings that are professional and prestigious in appearance with the surrounding development well-maintained and in consonance with a professional image.
Contiguous space on a single floor or adjoining floors (including stacked space) is required.
Space should be located on the third floor or above of a multi-story building of more than three floors. If the space is in a building of three floors or less, it should be located on a floor where the bottom of the window sill is at least 18 feet above the exterior finished grade.
- If the space is on the ground floor, it should be able to provide vehicle barriers to protect pedestrian and vehicle access points and critical areas/utilities from penetration by a vehicle.
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 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: January 19, 2024
Occupancy (Estimated): February 1, 2027
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: 8AR2129
Government Contact Information (Not for Offer Submission)
Lease Contracting Officer : Michael Noye | Michael.noye@gsa.gov
Broker: Raquel Howard | 404-504-0012 | Raquel.howard@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.
- PBS R00 CENTER FOR BROKER SERVICES 1800 F STREET NW
- WASHINGTON , DC 20405
- USA
- Raquel Howard
- raquel.howard@gsa.gov
- Phone Number 4045040012
- Dec 22, 2023 11:30 am CSTSolicitation (Original)
- Sep 09, 2023 10:55 pm CDT Presolicitation (Updated)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.