New Jersey Bids > Bid Detail

Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #23-REG03 –Office Space

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159892068413871
Posted Date: Mar 14, 2023
Due Date: Apr 3, 2023
Solicitation No: 0NJ2173
Source: https://sam.gov/opp/35ea08612f...
Follow
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #23-REG03 –Office Space
Active
Contract Opportunity
Notice ID
0NJ2173
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R3 OFFICE OF LEASING
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2023 04:56 pm EDT
  • Original Date Offers Due: Apr 03, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 18, 2023
  • 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:
    Trenton , NJ
    USA
Description

This advertisement is hereby incorporated into the RLP 23-REG03_0NJ2173 by way of reference as an RLP attachment.



U.S. GOVERNMENT seeks to lease the following office space through the Requirement Specific Acquisition Platform (RSAP):

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

State: New Jersey

City: Trenton

Delineated Area:

NORTH: HWY One Rd and NJ-29 to E State St. E State St to Chambers St.

EAST: E State St and Chambers St to Cedar Ln. Cedar Ln to S Broad St.

SOUTH: S Broad St. and Lalor St. to NJ -29.

WEST: Lalor St. and NJ-29 to HWY One Rd



Minimum Sq. Ft. (ABOA): 12,336

Maximum Sq. Ft. (ABOA): 12,820

Space Type: Office

Parking Spaces (Total): 0

Parking Spaces (Surface): 0

Parking Spaces (Structured): 0

Parking Spaces (Reserved): 0

Full Term: 15

Firm Term: 8

Option Term: N/A

Additional Requirements:

1. Where space is located above street level, elevator service shall consist of a minimum of two accessible elevators which serve the floor proposed for the Government. One of the accessible elevators may serve as a freight elevator, provided that the public route of travel does not require access to the employee’s entrance.

2. Space shall not be more than twice as long as it is wide

3. Contiguous space on one floor is required.

4. Column size cannot exceed two (2’) feet square and space between columns and/or walls throughout the offered space shall be predominantly no less than 20 feet.

5. Onsite parking shall meet code. In the absence of onsite parking, the following applies: parking shall be available within a walkable 1,320 feet from the offered space. Restricted time-limit parking is not acceptable. A loading/unloading zone shall be provided directly outside of the building entrance to the offered space, or handicapped accessible parking shall be located within the same block of offered space.

6. Public transit is required within a walkable 1,320 feet from the offered building, running on an hourly basis (minimum) from 7:00 AM to 6:00 PM, except Saturdays, Sundays and federal holidays.

7. Offered Space shall allow for an accessible main public entrance and an accessible separate employee entrance as part of the shell rate.



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 100/500 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.



Agency Tenant Improvement Allowance:

Existing leased space: $68.38 per ABOA SF

Other locations offered: $68.38 per ABOA SF



Building Specific Amortized Capital (BSAC):

Existing leased space: $12.00 per ABOA SF

Other locations offered: $12.00 per ABOA SF



IMPORTANT NOTES



"The Government anticipates that the Tenant Improvement buildout for this requirement may exceed the allowance by approximately $35.92 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 23-REG03_0NJ2173 Paragraph 4.05 “Present Value Price Evaluation (OCT 2022).” 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 1.08 “Tenant Improvement Rental Adjustment (OCT 2016).”





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 Lessor’s cost. Please refer to Section 3 (Construction Standards and Shell Components) and specifically to Paragraph 3.07 (Building Shell Requirements) of the RSAP RLP Attachment #2 titled "Lease Contract" (GSA Form L100) for more detail. Tenant Improvement Components are detailed under Section 5 of the RSAP RLP Attachment #2 titled "Lease Contract" (GSA Form L100) .



It is highly recommended that offerors start the SAM registration process directly following the offer submission. Refer to RLP Clause 3.06, Item I.



HOW TO OFFER



Please submit your initial offer electronically using the Lease Offer Platform (LOP) Application, located at https://lop.gsa.gov/RSAP by 5:00PM EST, April 3, 2023. LOP will enable Offerors to electronically offer space for lease to the Federal Government, through the Requirement Specific Acquisition Platform (RSAP). The offer submission process is web-enabled, allowing all registered participants to submit and update offers to lease space to the Government in response to a single RLP for a specific space requirement. Please see GSA Form R100, Paragraph 3.02, Receipt of Lease Proposals for further information.



Reference project number: 0NJ2173


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 100 S. PENNSYLVANIA MALL WEST
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2023 04:56 pm EDTCombined Synopsis/Solicitation (Original)

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 >