Idaho Bids > Bid Detail

U.S. Govt Seeks Expressions of Interest for Min. 2,813 - Max. 3,094 ABOA SF of Office and Related Space in Idaho Falls, ID for 10/5 Year Firm Term

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159492113337680
Posted Date: Sep 27, 2023
Due Date: Oct 4, 2023
Source: https://sam.gov/opp/dc65899b04...
Follow
U.S. Govt Seeks Expressions of Interest for Min. 2,813 - Max. 3,094 ABOA SF of Office and Related Space in Idaho Falls, ID for 10/5 Year Firm Term
Active
Contract Opportunity
Notice ID
2ID0180
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R10
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: Presolicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Sep 27, 2023 01:45 pm PDT
  • Original Published Date: Mar 14, 2023 12:49 pm PDT
  • Updated Response Date: Oct 04, 2023 02:00 pm PDT
  • Original Response Date: Mar 20, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 05, 2023
  • Original Inactive Date: Mar 21, 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:
    Idaho Falls , ID
    USA
Description

U.S. GOVERNMENT



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



State: ID



City: Idaho Falls



Delineated Area: City Limits



Minimum Sq. Ft. (ABOA): 2,813



Maximum Sq. Ft. (ABOA): 3,094



Space Type: Office



Parking Spaces (Total): 0



Full Term: 10 Years



Firm Term: 5 Years



Option Term: Two 5-Year Renewal Options





Additional Requirements:



Offered space preferred on first floor pending security assessment. If not on the first floor,then must be located near an elevator lobbywith common restrooms available andconveniently located for use by visitors.



Offered space may not be collocated with prisons, bail bonds, or rehabilitation treatment centers.



A public or campus bus line useable by tenant occupants shall be located within the immediate vicinity of the building, but generally not exceeding a walkable ¼ mile, asdetermined by the Government.Offered space requires six (6) public parking spaces be available within one quarter (1/4) mile of the building.



Contiguous, above-ground space isrequested, except as noted below. If all space cannot be contiguous, then 1,124 usable sq.ft. may be located in a separate block elsewhere in the building. Non-contiguous space must be provided with a secure pathway (route) for connectivity between spaces. If space is on more than one floor,adjacent floors are preferred.



Public and employee building entries should be separate. Means of egress are determined by applicable codes andregulations.



The base building must provide common area restrooms that comply with specifications in the RLP/lease or all applicable local codes.They must be located on each floor that the tenant agency occupies and be within 200’ of the tenant suite entry or entries. Rest rooms shall not be located within the offered space.The Government shall not pay for construction of rest rooms for use by either employees or visitors.



The offered space requires 70-80% openoffice planning, with standardized 6’x8’ systems furniture workstations and 8’x12’ offices. For effective space utilization, a minimum of 30’-0” o.c. between structural elements (columns, core, curtainwall, etc.) is desired. For most efficient office layouts on window walls, mullion spacing of 5’-0” o.c. is preferred.



General office space shall have a ceiling height of a minimum 9’-0”. Ceiling Heights inthe MDF, IDF or other equipment rooms shall be a minimum of 8’-0” clear and havesufficient space above the ceiling for independent HVAC units, ducting, cable trays,or other necessary devices.



Equipment in MDF Room typically ranges from 50-200 PSF (pound per square foot). A safe located in the office space weighs approximately 300 lbs.



To demonstrate potential for efficient layout,the Offeror may be required to provide a testfit layout at the Offeror's expense when the space offered contains certain features such as:




  • narrow column spacing;

  • atriums, light wells, or other areas interrupting contiguous spaces;

  • extremely long, narrow runs of space;

  • irregular space configurations; or

  • other unusual building features



The Government will advise the Offeror if thetest fit layout demonstrates that theGovernment's requirement cannot be accommodated within the space offered. TheOfferor will have the option of increasing the ANSI/BOMA office area (usable) square footage offered, provided that it does not exceed the maximum ANSI/BOMA office area (usable) square footage in this RLP. If the Offeror is already providing the maximum ANSI/BOMA office area (usable) square footage and cannot house the Government's space requirements, then the Government will advise the Offeror that the offer is unacceptable.



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 1-percent-annual chance floodplain (formerly referred to as “100-year” floodplain).



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.



To be considered acceptable, expressions of interest must include the following information:




  • Building name and address and location of the available space within the building;

  • Rentable square feet available and expected rental rate per rentable square foot, fully serviced;

  • ANSI/BOMA office area (ABOA) square feet to be offered and expected rental rate per ABOA square foot, fully serviced. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount (if any);

  • Date of space availability;

  • Building ownership information;

  • Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required government parking (if any);

  • Energy efficiency and renewable energy features existing within the building; and

  • List of building services provided.





Market Survey (Estimated): December 2023



Occupancy (Estimated): December 2025


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 400 15TH STREET SW
  • AUBURN , WA 98001
  • 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 >