Georgia Bids > Bid Detail

Leased Space Atlanta, GA

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159253355831179
Posted Date: Dec 8, 2022
Due Date: Jan 17, 2023
Solicitation No: 70T017-23-R-REGAF001
Source: https://sam.gov/opp/166055d868...
Follow
Leased Space Atlanta, GA
Active
Contract Opportunity
Notice ID
70T017-23-R-REGAF001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
TRANSPORTATION SECURITY ADMINISTRATION
Office
TSA Direct 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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 08, 2022 01:36 pm EST
  • Original Published Date: Dec 05, 2022 03:16 pm EST
  • Updated Date Offers Due: Jan 17, 2023 03:00 pm EST
  • Original Date Offers Due: Jan 17, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 01, 2023
  • Original Inactive Date: Feb 01, 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:
    Atlanta , GA 30320
    USA
Description View Changes

AMENDMENT A01 --------- 12/08/2022



This AMENDMENT A01 answers questions, unanswered questions will be answered via subsequent Amendment once resolved. In addition, EXHIBIT L-A1 is added and the RLP updated (highlight in yellow).



------------------------------------------ END OF AMENDMENT A01 -------------------------------------





Transportation Security Administration seeks to lease the following space:



State: GA



City: Atlanta Metro (Hartsfield-Jackson Atlanta International Airport)



Delineated Area: Within a seven (7) mile radius of Hartsfield-Jackson Atlanta International Airport (ATL) Concourse D center and/or within a 15-minute drive to ATL North/South terminals during periods of heavy traffic or more clearly:



North: Interstate 20



South: Lafayette Dr. (Southern tip of Dickson Lake)



East: Bouldercrest Rd



West: Butner Rd. at Route 6



Minimum Sq. Ft. (ABOA): 39,000



Maximum Sq. Ft. (ABOA): 41,000



This is a new requirement for space. The U.S. Government currently occupies office and related space in a building under lease on-airport/off-terminal in Atlanta, GA that is expiring December 31, 2023 with no options to renew.



Offerors shall submit a full and responsive proposal in accordance with the solicitation package (RLP package inclusive of all required supplemental documents) by the solicitation closing at 3:00 p.m. ET on January 17, 2023.



A building tour may be scheduled to determine suitability prior to award.



Space Type: Class A or B Office



Parking Spaces (Total): 125



Parking Spaces (Reserved): 35



Full Term: 180 Months (15 Years)



Firm Term: 60 Months (5 Years)



Tenant Improvement Allowance Amortization Term: 5 years for Tenant Improvements



Agency Unique Requirements:




  • Full finished occupancy for use on or before January 01, 2024

  • Twelve foot (12’) ceiling height from finished floor; if multiple floors required to meet sq. ft., only ONE floor must have 12’ height

  • One hundred (100) pounds per square foot floor load

  • Lessor to provide TI Allowance per Request for Lease Proposal.

  • A fully serviced lease, including all services, janitorial supplies, utilities and amortized tenant improvement and security allowances will be sought.

  • Offerors are advised that all Shell work associated with delivering the Tenant Improvements are at the Lessor’s cost.

  • The Government will have access to the space 24 hours a day, 7 days a week. Standard hours of HVAC operation is 6:00 a.m. to 10:00 p.m. including Saturdays, Sundays and Federal Holidays





(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 https://lop.gsa.gov/resource/1506384521000/SeismicMap .



Lease award will be made to the lowest price, technically acceptable offer based upon the requirements in this advertisement and in the RLP requirements package (sent separately and not attached to this notice) however, the Government reserves the right to enter into negotiations with Offerors as appropriate.



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).



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.



All questions regarding this requirement MUST be submitted in writing to the Contracting Officer by 3:00 p.m. ET on January 10, 2023. Formal response shall be posted via SAM.gov.



Due Date: January 17, 2023 at 3:00 p.m. ET



Occupancy (Estimated): January 1, 2024



Send Offered Properties to:



Role: Contracting Officer



Name: Charlotte M Carney



Email: Charlotte.Carney1@tsa.dhs.gov



-and-



Role: Realty Specialist



Name: Sarah Haney



Email: Sarah.Haney@tsa.dhs.gov



Solicitation (RLP) Number: 70T017-23-R-REGAF001



Note: Entities not currently registered in the System for Award Management (SAM.gov) are advised to start the registration process as soon as possible. Failure to have a valid SAM registration at time of lease award renders the lowest priced technically acceptable Offeror ineligible and the next ACCEPTABLE Offeror will be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • 200 West Parkway Drive, Suite 300
  • Egg Harbor Township , NJ 08234
  • 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 >