Search Contract Opportunities

Lease of Office Space within Region 7. Request for Lease Proposals (RLP) 23-REG07 047PH99 Office Space   3

ID: 23-REG07_2LA0299 • Type: Synopsis Solicitation

Description

This advertisement is hereby incorporated into the RLP 23-REG07 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: New Orleans

State: LA
Delineated Area: N-Lake Pontchatrain, S-I110-I610 W-Cleary Avenue E-Orleans Ave
Minimum ABOA Square Feet: 2,427
Maximum ABOA Square Feet: 2,791

Space Type: Office

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 for consideration against
future GSA requirements.

Agency Tenant Improvement Allowance

Existing leased space: NA
Other locations offered: $47.75 per ABOA SF

2. Building Specific Amortized Capital (BSAC)

Existing leased space: NA
Other locations offered: $12.00 per ABOA SF

Agency Unique Requirements:

1. The space must be located on the 2 nd floor or above
2. Column spacing shall be a minimum of 25' on center with column furring not exceeding 12
on any side. This does not apply to columns at the exterior walls, or to the distance between an
interior support column and the building core or exterior. Column spacing must be acceptable to
the Government.
3. Minimum ceiling height 9' clear.
5. Space must be contiguous (both horizontally and vertically).
6. Space must be above grade.
7. Public Transportation must be available within one half mile of the entrance to the building.
8. The Government will prepare Design Intent Drawings (DIDs).

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, Item 7.

(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://lop.gsa.gov/aaap, will enable
interested parties to offer space for lease to the Federal Government in response to the FY23 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.A 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://lop.gsa.gov/aaap.
If you have previously submitted an offer in FY 2022, the AAAP application has a copy feature which will
allow existing offers to be copied over to the FY 2023 RLP in order to avoid having to re-enter all of the
data manually. Please be sure to review FY23 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.

Government Points of Contact:
Shelli Patterson - shelli.patterson@gsa.gov, 817-456-8305

Marc Hortinela - marcryan.hortinela@gsa.gov, 817-850-8330

Overview

Response Deadline
April 7, 2023, 7:30 p.m. EDT Past Due
Posted
March 17, 2023, 11:57 a.m. EDT
Set Aside
None
Place of Performance
New Orleans, LA United States
Source
SAM

Current SBA Size Standard
$34 Million
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 3/17/23 PBS Region 7: Greater Southwest Region issued Synopsis Solicitation 23-REG07_2LA0299 for Lease of Office Space within Region 7. Request for Lease Proposals (RLP) 23-REG07 047PH99 Office Space due 4/7/23. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Shelli Patterson   Profile
Phone
(817) 465-8305

Secondary Contact

Name
Marc Hortinela   Profile
Phone
(817) 850-8330

Documents

Posted documents for Synopsis Solicitation 23-REG07_2LA0299

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 23-REG07_2LA0299

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 23-REG07_2LA0299

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 23-REG07_2LA0299

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 23-REG07_2LA0299

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R7
FPDS Organization Code
4740-HV000
Source Organization Code
100176879
Last Updated
March 20, 2023
Last Updated By
dina.morrison@gsa.gov
Archive Date
April 22, 2023