Lease Office Space in Wilmington, Delaware
Summary of important facts, details, and requirements
- Location of work
- Wilmington, DE, USA
- Bids due date
- February 8, 2024
- Department and office
- GENERAL SERVICES ADMINISTRATION
PBS R3 OFFICE OF LEASING - Set aside
- N/A
The U.S. Government is seeking to lease office space in Wilmington, Delaware through the Automated Advanced Acquisition Program (AAAP). The lease term is 10 years with 5 firm years. The minimum ABOA square feet required is 5,093 and the maximum is 5,340. The space type should be office space. The office will house an IRS law enforcement group and must have contiguous, above-ground space. The government requires 12 reserved parking spaces for Government Owned Vehicles (GOVs) and a radio antenna for a Criminal Investigation Division (CI). The offered building/property will be subject to a risk/vulnerability assessment. The ceiling height must be a minimum of 86 throughout the space. Offerors must register on the AAAP website to submit offers. The lease award will be made to the lowest price, technically acceptable offer.
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #24-REG03-Office Space
Full details from SAM.gov
- Location of work
- Wilmington, DE, USA
- Bids due date
- February 8, 2024
- Department and office
- GENERAL SERVICES ADMINISTRATION
PBS R3 OFFICE OF LEASING - Set aside
- N/A
This advertisement is hereby incorporated into the RLP 24-REG03 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: Wilmington State: Delaware Delineated Area: N: W and E 11thStreet E: N Church Street S: E Front Street to MLK Boulevard W: N Adams Street Minimum ABOA Square Feet: 5,093 Maximum ABOA Square Feet: 5,340 Space Type: Office Lease Term: 10 years/5 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 Improvementsand Building Specific Amortized Capital. AGENCY UNIQUE REQUIREMENTS Agency Tenant Improvement Allowance: 1. Existing leased space: N/A per ABOA SF Other locations offered: $73.60 per ABOA SF Building Specific Amortized Capital (BSAC): 2. Existing leased space: N/A per ABOA SF Other locations offered: $12.00 per ABOA SF "The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $125.00 per ABOA SF. The Government will use the TI Allowance as stated above in evaluating the TI rent component of offers; however, this does not preclude the Government from consideration of move-related replications costs in the evaluation, as outlined under RLP 24-REG03 Paragraph 4.04 Present Value Price Evaluation (AAAP Variation). The disclosure of this potential overage is not intended to be construed as an estimate of move-related replications costs. Also, it is not intended to serve as either an accurate estimate or an agreement by the Government as to the final pricing of the TI work, nor is it a commitment by the Government as to the level of TI work that eventually will be required. This disclosure is only intended to assist Offerors in understanding their potential obligation with respect to financing the full amount of Tenant improvements, as outlined under the Lease Paragraph 1.06 Tenant Improvement Rental Adjustment (AAAP Variation). 3. The subject office will house an IRS law enforcement group. Agents carry weapons and periodically bring detainees to the office for interviews and processing. 4. Contiguous, above-ground space is required. 5. At the discretion of the LCO, a test fit may be required to determine effective space utilization and efficiency of layout. 6. Rest rooms shall not be located within Agency tenant space. 7. Parking. Twelve (12) reserved parking spaces are required for Government Owned Vehicles (GOVs), secured, and with key card / gate access. Parking should be located within 1,320 walkable linear feet of the offered building closest public or employee entrance to the garage's closest street entrance. 8. Agency normal hours of operation are 6:00 a.m. to 6:00 p.m., Monday Friday. 9. Where a Criminal Investigation Division (CI) is housed, a radio antenna is required. The Government may provide, install, and maintain a 10-15 foot high, approximately 20 lb., cell-wave wand roof-mounted transmitting antenna, including cable run from roof to CI interior location. The offeror shall provide a location for the antenna. The GSA Contracting Officer and the IRS must approve the location of the antenna. See GSA lease for additional, related requirements. 10. Offered buildings/properties are subject to risk/vulnerability assessment by the Tenants Physical Security Unit (PSU) for security reasons, and if deemed unacceptable as a result, the building will be deemed not acceptable. 11. In order to demonstrate compliance with meeting the floodplain requirement outlined in Paragraph 2.02 of the RLP (R100), the offeror shall upload a site plan clearly demarking the offered property in salesforce during the open period. Select the attachment type as Floorplan and upload the document as Site Plan. This plan is required in order to consider the offer if the building is within the 1-percent-annual-chance floodplain. 12. Ceiling Height: Ceiling height is required at a minimum of 86 throughout the offered space and sufficient space above the ceiling for independent HVAC units, ducting, cable trays, or other necessary devices. 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 Lessors cost. Please refer to Section 3(Construction Standards and Shell Components)and specifically to Paragraph 3.07(Building Shell Requirements)of theAAAP RLP Attachment #2 titled "Lease Contract" (GSAForm L100_AAAP ) for more detail. Tenant Improvement Components are detailed under Section 5 of the AAAP RLP Attachment#2 titled "Lease Contract" (GSAForm L100_AAAP) . It is highly recommended that offerors start the SAM registration process directly following the offer submission. Refer to RLP Clause 3.06. HOW TO OFFER The Automated Advanced Acquisition Program (AAAP), located at https://leasing.gsa.gov/, 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.