Alabama Bids > Bid Detail

1AL2135 GSA Seeks Succeeding Lease in Jasper, AL

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159291358885444
Posted Date: Oct 26, 2022
Due Date: Nov 18, 2022
Solicitation No: 1AL2135
Source: https://sam.gov/opp/b97174209b...
Follow
1AL2135 GSA Seeks Succeeding Lease in Jasper, AL
Active
Contract Opportunity
Notice ID
1AL2135
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R4
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 26, 2022 05:53 pm EDT
  • Original Published Date: Oct 26, 2022 02:20 pm EDT
  • Updated Date Offers Due: Nov 18, 2022 05:00 pm EST
  • Original Date Offers Due: Nov 18, 2022 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 03, 2022
  • Original Inactive Date: Dec 03, 2022
  • 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:
    Jasper , AL
    USA
Description View Changes

U.S. GOVERNMENT



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



State: AL



City: Jasper



Delineated Area: North: Hillsdale Road from Hwy 195 to Airport Road, north to Arkadelphia Rd., east to Walston Bridge Rd.



East: Walston Bridge Rd. from Arkadelphia Rd., south to US Hwy 78, east to 20th Avenue East., south to Viking Dr., west to Gamble Avenue, south to 23rd Street East.



South: 20th Street West to Russell Way, east on 22nd St., south on Commerce Avenue East, east to Gamble Avenue



West: Hwy 195 to Elliot Boulevard



Minimum Sq. Ft. (ABOA): 7,975



Maximum Sq. Ft. (ABOA): 8,469



Space Type: Office



Parking Spaces (Total): 50



Parking Spaces (Surface): 50



Parking Spaces (Structured): 0



Parking Spaces (Reserved): 0



Full Term: 120



Firm Term: 60



Option Term: NA



Additional Requirements:




  1. Space considered inefficient by the government will not be acceptable. Space should have no history of prior heavy industrial use such as large dry cleaning operations, gas stations, and industrial facilities. The space should not be located immediately adjacent to railroad tracks. Buildings containing warehouse, residential, or manufacturing facilities or buildings located in or near industrial or manufacturing zones or complexes shall not be acceptable.

  2. Space should not be located in a flood plain.

  3. Streets and public sidewalks must be well maintained.

  4. To allow for visibility to the public, the government office space shall be located not more than the equivalent of ¼ mile from a primary or secondary street serving the office.

  5. The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access or which require multiple turns shall not be considered. Sites located directly on or near a roadway which presents a hazard to our customers will not be considered. Determinations of hazardous access will be made by THE SSA. Sites located on a high-traffic roadway or multi-lane thoroughfare must have traffic signals within two blocks to provide safe access.

  6. Buildings located near bars, nightclubs, and liquor stores will not be considered. Locations near dry cleaners, beauty salons, bingo parlors or other business that produce large fluctuations in traffic or smells detectable within the office space will not be considered.



Section 2




  1. Building Criteria




  1. SSA guidelines require standard office space consistent with the local market. Space must comply with all applicable building codes and accessibility standards as defined in the Americans With Disabilities Act (ADA), the Architectural Barriers Act Accessibility Standard (ABAAS), and the Uniform Federal Accessibility Standards (UFAS). The primary entrance must be accessible for all persons with special needs, including wheel-chair access.

  2. All space must be located in one contiguous block on a single floor in the same building with the exception of the space allotted to the storage room and Interactive Video Training (IVT) room. Only these rooms, and their associated square footages, may be separated from the main office area by a public corridor as long as the space is located on the same floor. Offers that require additional space to be separated by a public corridor or require any space to be located on a separate floor will not be acceptable.

  3. Space can be located on any floor of a building that meets GSA leasing criteria and has handicapped accessible elevator service to the government office floor. If space offered is above the ground floor, a minimum of two accessible elevators must serve the proposed floor. One of the accessible elevators may be a freight elevator.

  4. In cases where multiple spaces are offered within the same building, the Government reserves the right to select the space(s) that will be acceptable and reject the others.

  5. Space must be asbestos-free, mold-free, and free of water intrusions. Any space offered with a history of asbestos, water intrusion, or mold growth will require additional evaluation by SSA’s Office of Environmental Health and Occupational Safety (OEHOS) before it can be solicited. Radon concentration in the air within the offered space shall be less than the EPA residential radon action level of 4 PicoCuries per liter. Lessor shall test for radon using EPA-approved methods and certify the results to the GSA Contracting Officer upon award.

  6. Co-tenants within the building shall be professional office environments.

  7. Buildings with windows comprising 50 percent of the exterior perimeter walls are preferred.



Section 3




  1. General Design Requirements




  1. Space should allow for an efficient layout and office workflow. Space must provide maximum flexibility for systems furniture placement with few or no columns or other building or architectural obstructions. Space should have few curves or major offsets and must have large open areas to allow maximum design flexibility. Architectural features should not cause an inefficient use of space.

  2. Space requiring ramps inside the office will not be acceptable. Any structural columns must be at least 20 feet from any interior wall and from each other (clear distance) and be no more than 2 feet square.

  3. SSA reserves the right to prepare test fit layouts prior to lease award to confirm the adequacy and layout efficiency of space offered. SSA will make determinations of what constitutes an efficient layout and office workflow.

  4. Awnings are required at all entrances as annotated on the Design Intent Drawings (DIDs).

  5. The Government may install Government-furnished, Government contractor-installed barrier wall product between the public facing front-end interviewing area and the Government employee area of the space. This product attaches to the ceiling grid and rests on the finished floor. The Government-provided DIDs will include hold to dimensions that must be adhered to in order for the barrier wall product to fit into the space. At the time of the submission of initial Construction Drawings (CDs), the lessor must return the attached Barrier Wall - Ceiling Height/Grid Type Guarantee form*. By signing and returning this form, the lessor assumes full responsibility for the accuracy of the hold to dimensions and measurements. If any of the barrier wall product cannot be installed as desired due to inaccuracy of the hold to dimensions, the lessor agrees to take full responsibility for any costs associated with product replacement. These costs include, but are not limited to, re-manufacturing and re-installation of the product or any changes to the design or construction necessary to maintain the hold to dimensions. The Government and its contractors will replace any product that is not manufactured to the specifications in accordance with the hold to dimensions. As an alternative to submitting the form and accepting responsibility of the hold to dimensions, the lessor may install the ceiling grid 60 calendar days prior to substantial completion so that the Government contractor can perform an on-site measurement.



* See 12.01 Appendix A – Ceiling Height/Grid Type Guarantee



Section 4




  1. Parking and Public Transportation



SSA requires sufficient general parking as specified by local code requirements. SSA requests that, due to budgetary costs, the cost of this parking be included as part of the rental consideration. In some instances, SSA will request parking for carpools, disabled employees, and in and out parking for employee use and for program purposes. All parking areas shall be asphalt or concrete. On-site parking areas shall be striped and/or repainted every five years. They shall be paved with a concrete curb and graded to provide adequate site drainage. The lot design must consider snow removal and snow storage requirements.



The parking-to-square-foot ratio available on-site shall at least meet current local code requirements, or, in absence of a local code requirement, on-site parking shall be available at a ratio of 1 space for every 200 RSF of Government-demised area.





Sufficient parking and access for disabled persons consistent with ADA must be available based on the needs of our customers. In those locations where on-site parking is not available, parking for the disabled must be located within the same block. Determinations of sufficient parking and access will be made by SSA.





When public transportation is available, passenger stops must be within two blocks of the space. In suburban areas, small communities, and areas of major cities where adequate public transportation and on-site parking is not available, secure vehicle parking facilities must be available at reasonable commercial rates for visitors and employees within a two-block radius of the space. Secure parking is defined as parking that meets Federal Protective Service guidelines and should be resolved before any lease is signed. “Reasonable Rates” will be determined by local pricing levels.





Restricted or metered parking of one hour or less within the two block area of the space does not meet SSA parking requirements. This is because many SSA contacts with the public cannot be completed within one hour.







Action: Choose whether or not a fully serviced lease is required. Also choose 100 year floodplain unless requirement is identified by agency as a critical action.



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.





The U.S. Government currently occupies office and related space in a building under a lease in Jasper, AL, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.





Expressions of Interest Due: 11/18/2022



Market Survey (Estimated): 12/10/2022



Occupancy (Estimated): 9/30/2024





Send Expressions of Interest to:



Name/Title: Ronnie Fulgham



Address: 77 Forsyth St. SW, Atlanta, GA 30303



Office/Fax: 404-983-7796



Email Address: ronnie.fulgham@gsa.gov





Government Contact Information



Lease Contracting Officer: Marcus Skinner



Leasing Specialist: Ronnie Fulgham



Broker: NA






Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information View Changes
Contracting Office Address
  • OFFICE OF LEASING 77 FORSYTH STREET
  • ATLANTA , GA 30303
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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.

Start Free Trial Today >