This advertisement is incorporated by reference into Request for Lease Proposals (RLP) #26NAT01 as an attachment. The RLP is available through the Leasing Portal at: https://leasing.gsa.gov/leasing/s/ViewRLP
The U.S. Government is seeking competitive lease proposals for new and/or continuing leasing opportunities through the Leasing Portal.
Award under this RLP will be made to the lowest-priced, technically acceptable offer, without negotiations.
- City: Multiple
- State: Washington
- Delineated Area (See attached Map): From the intersection of 1-405 and SR-167; South on SR-167 to SR-18; West on SR-18 towards SR-99; Exit West on S 348th Street to 1st Way S; North on 1st Way S to SR-509; Continue East on SR-509 to SR-99; Continue North on SR-509 to SR-516; West on SR-516; Continue North on SR-509 to SR-99; South on SR-99 to SR 599 to I-5; South on 1-5; East on 1-405 to Origin
- Minimum ABOA Square Feet: 3,962
- Maximum ABOA Square Feet: 4,160
- Space Type: Office
- Parking: 1 reserved
- Lease Term: 15 years, 13 years firm
- Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital.
Offerors are encouraged to submit rates for all terms available in the AAAP RLP to be considered for future requirements.
AGENCY UNIQUE REQUIREMENTS
- Agency Tenant Improvement Allowance: $64.85 per ABOA SF
- Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF
- Space Breakdown (See attachment):
- Minimum of 3,962 ABOA SF, including
- Twelve (12) offices (100 ABOA each), One office (120 ABOA) and eight (8) Workstations (42 ABOA each)
- One (1) conference room (300 ABOA)
- One (1) training room (300 ABOA),
- One (1) Reception area (64 ABOA)
- One (1) Server Room (80 ABOA SF with 24/7 cooling)
- One (1) Printer/Copier/Fax/Mail room (80 ABOA)
- One (1) File Room (100 ABOA)
- One (1) Break Room (250 ABOA)
- 40% circulation factor
- Facility Security Level (FSL): II
- Transit Accessibility: A commuter rail, light rail, subway, or bus stop usable by tenant occupants and their customers shall be located within the immediate vicinity of the Building, but generally not exceeding a walkable 0.5 miles radius from the proposed property, as determined by the LCO.
Additional Requirements:
- Space Condition: The Government is seeking move-in ready / second-generation office space requiring minimal construction. This is intended to reduce TI cost impact and support the required post award schedule.
- Minimal tenant improvements meaning the offered space has an existing office build-out and building systems in place, and the anticipated work is primarily interior improvements (e.g reconfiguration of non-structural partitions, finishes, limited MEP adjustments and device relocations, and associated fire/life safety modifications as needed).
- The Government anticipates some construction will be necessary; however, offerors must demonstrate the ability to meet the required Post-Award Schedule to be considered technically eligible for award and as, this is a low price, technically acceptable procurement, the final evaluated price will determine the intended awardee among technically eligible offers.
- Post Award Schedule: The Government’s required post-award deliverables and timeframes are set forth in ‘AAAP Post Award Schedule’. An offeror's ability to meet the post award schedule requirements is material to this procurement.
- Submittal Requirements: The Government will evaluate these items for schedule compliance/feasibility as part of technical acceptability.
- Schedule Feasibility Narrative:
- As part of the offer, please include a narrative explaining the offeror’s assumptions, resourcing and approach for meeting each ‘Lessor Provided’ post-award deliverable timeframe in the Post Award schedule, including (as applicable) long-lead items, A/E coordination, permitting/approvals strategy, QA/QC reviews and internal review/approval cycles. The narrative must identify key risks and the offeror’s mitigation actions.
- The narrative must identify any anticipated scope items beyond minor reconfiguration/finishes and limited MEP device relocations that could impact the critical path or the Post Award Schedule timeframes and explain how the schedule time frames will still be met.
- Evidence of Capability: If identified as the Apparent Successful Offeror, the offeror must submit the following items in addition to those required by Section 3.06 of the RLP prior to award. Identification of A/E and at least two General Contractors that will participate in the bidding process (or if not yet under contract, a firm plan for engagement and a letter of commitment from the proposed firm(s).
- To be found technically acceptable, the offeror must take no exception to the Post Award Schedule deliverables and timeframes and submit the two items identified above in a manner that provides a credible basis to conclude the Offeror can meet the required deliverable timeframes within the contracting officer’s sole discretion. Failure to submit these items or submission that is materially incomplete/conditional, may result in a finding of “Technically Unacceptable.”
- Furniture: The Government will accept offered space that includes existing systems furniture and furnishings (e.g workstations, private office furnishings, conference tables and chairs) for Government use to help support timely occupancy, at no additional cost to the Government. Furniture is not a requirement of technical acceptability and will not be evaluated for award. Offers that do not include furniture remain fully eligible.
- Condition Standard: Any furniture offered must be clean and in good working order with no significant defects, and available for Government use by occupancy as determined in the Government’s sole discretion. Furniture offered is subject to Government inspection at turnover/occupancy. If the Government will not accept the offered furniture, the Lessor bears the cost to remove it.
HOW TO OFFER
The Leasing Portal (https://leasing.gsa.gov) enables interested parties to offer space to the Federal Government through a secure, web-based process. To participate, register on the site by selecting “Register to Offer Space” and follow the instructions provided. Helpful resources—including instructional guides and video tutorials—are available on the portal under the Resources tab.
The Open Period runs from the 1st through the 7th of each month, ending at 8:00 p.m. Eastern Time 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 8:00 PM (ET) on the next business day. No submissions are accepted during the Closed Period. During an Open Period, users may submit new offers, or modify or withdraw existing ones.
Lease awards will be made to the lowest-priced, technically acceptable offer without negotiations. Offered space must comply with all applicable Federal, State, and Local jurisdiction requirements, including standards for fire and life safety, accessibility, seismic resilience, and energy efficiency.
IMPORTANT NOTES
- Check the attachments and links section of this notice for possible, additional project-specific requirements or modifications to the RLP.
- Please review Section 889 of the FY19 National Defense Authorization Act (NDAA) regarding telecommunications equipment restrictions: https://acquisition.gov/FAR-Case-2019-009/889_Part_B
- SAM registration should be initiated as soon as possible. Refer to RLP Section 3.06, subparagraph B.7
- The Government may award multiple leases to satisfy new requirements or to compete expiring leases. Specific requirements will be identified following the close of the Open Period.
- Subleases will not be considered.