Search Contract Opportunities

Lease of Office Space within Jefferson City, MO. Request for Lease Proposals (RLP) #24- REG06 – 2MO0423 Office Space

ID: 2MO0423 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This advertisement is hereby incorporated into the RLP 24-REG06 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: Jefferson City
State: MO
Delineated Area: North: Truman Rd to HWY 54 to MO River, East: Riverside Dr to Benton St to E
McCarty to Clark Ave, extending to Moreau Dr, South: Leslie Blvd to Stadium Blvd to W Edgewood Dr,
West: S Country Club Rd to Truman Rd
Minimum ABOA Square Feet: 5,391
Maximum ABOA Square Feet: 5,800
Space Type: Office
Lease Term: 15 years, 13 firm
Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against
future GSA requirements.
Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital.

AGENCY UNIQUE REQUIREMENTS
Space must be contiguous, low foot traffic area preferred.
3 surface parking spaces required.
Agency Tenant Improvement Allowance:
Existing leased space: $0.00 per ABOA SF
Other locations offered: $47.66 per ABOA SF

Building Specific Amortized Capital (BSAC):
Existing leased space: $0.00 per ABOA SF
Other locations offered: $0.00 per ABOA SF

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
Lessor's cost. Please refer to Section 3 (Construction Standards and Shell Components) and specifically
to Paragraph 3.07 (Building Shell Requirements) of the AAAP RLP Attachment #2 titled "Lease Contract"
(GSA Form L100_AAAP ) for more detail. Tenant Improvement Components are detailed under Section
5 of the AAAP RLP Attachment #2 titled "Lease Contract" (GSA Form L100_AAAP) .
It is highly recommended that offerors start the SAM registration process directly following the offer
submission. Refer to RLP Clause 3.06.
(If applicable) The Government intends to award a Lease to an Offeror of a Building that is in compliance
with Seismic Standards. Section 2.03 of the Request for Lease Proposals (RLP) outlines compliance
activities required for all leases in moderate or high seismic zones. To determine if your property lies in a
moderate or high zone, please reference the map and documents on our website.

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.

Background
The U.S. GOVERNMENT seeks to lease office space in Jefferson City, MO through the Automated Advanced Acquisition Program (AAAP). The lease term is 15 years, with 13 firm. Offerors are encouraged to submit rates for all terms available in the AAAP for consideration against future GSA requirements. The space must be contiguous, and a low foot traffic area is preferred. Additionally, 3 surface parking spaces are required. The agency has specific tenant improvement allowance and building specific amortized capital requirements.

Work Details
The office space must meet the delineated area specifications and have a minimum of 5,391 ABOA square feet and a maximum of 5,800 ABOA square feet. It should be an office space type and comply with seismic standards.
Offerors are advised to familiarize themselves with telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by Federal Acquisition Regulation.
The lease award will be made to the lowest price, technically acceptable offer, without negotiations.

Period of Performance
The lease term is 15 years, with 13 firm.

Place of Performance
City: Jefferson City, State: MO

Overview

Response Deadline
Sept. 9, 2024, 7:30 p.m. EDT (original: Sept. 9, 2024, 8:30 p.m. EDT) Past Due
Posted
July 18, 2024, 2:39 p.m. EDT (updated: July 29, 2024, 12:35 p.m. EDT)
Set Aside
None
Place of Performance
Jefferson City, MO United States
Source
SAM

Current SBA Size Standard
$34 Million
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$1,000,000 - $1,500,000 (AI estimate)
On 7/18/24 PBS Region 6: The Heartland Region issued Synopsis Solicitation 2MO0423 for Lease of Office Space within Jefferson City, MO. Request for Lease Proposals (RLP) #24- REG06 – 2MO0423 Office Space due 9/9/24. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Lindsay Mead   Profile
Phone
(816) 401-0083
Fax
None

Secondary Contact

Name
Kellie Nolan   Profile
Phone
(816) 730-9461
Fax
8168235446

Documents

Posted documents for Synopsis Solicitation 2MO0423

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 2MO0423

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 2MO0423

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 2MO0423

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R6
FPDS Organization Code
4740-HA000
Source Organization Code
100180071
Last Updated
Sept. 24, 2024
Last Updated By
ashley.niemuth@gsa.gov
Archive Date
Sept. 24, 2024