Texas Bids > Bid Detail

General Services Administration (GSA) seeks to lease the following space in Amarillo, Texas

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159689893166314
Posted Date: Nov 9, 2022
Due Date: Nov 23, 2022
Solicitation No: 1TX2668
Source: https://sam.gov/opp/0537d610b1...
Follow
General Services Administration (GSA) seeks to lease the following space in Amarillo, Texas
Active
Contract Opportunity
Notice ID
1TX2668
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 09, 2022 03:58 pm EST
  • Original Published Date: Sep 14, 2022 02:25 pm EDT
  • Updated Response Date: Nov 23, 2022 05:30 pm EST
  • Original Response Date: Sep 21, 2022 07:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 53112 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Amarillo , TX
    USA
Description View Changes

U.S. GOVERNMENT



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

Amarillo, Texas



State: Texas

City: Amarillo

Delineated Area: N-IH 40 S-Hillside Rd E-IH Hwy 27 (Hwy 87) W-Hwy 335 (Soncy Rd)

Minimum Sq. Ft. (ABOA): 11,071 ABOA SF

Maximum Sq. Ft. (ABOA): 11,071ABOA SF

Space Type: Office

Parking Spaces (Total): On-site parking should meet the local code

Parking Spaces (Surface): All parking may be surface parking

Parking Spaces (Structured): Structured parking is not required

Parking Spaces (Reserved): 0

Full Term: 10

Firm Term: 5 years

Option Term: NA

Additional Requirements: Go/No-Go - Location:

• Space must be located in a prime commercial office district with attractive, prestigious surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.

• Space should have no history of prior heavy industrial use and should not be located immediately adjacent to railroad tracks.

• Space shall be located in a professional office setting and not within close proximity to residential areas, railroad tracks, or busy intersections.

• Space should not be located near establishments where alcoholic beverages areas sold, or where there are tenants related to drug treatment or detention facilities.

• Space will not be considered where apartment space or other living quarters are located within the building.

Space should not be located in the 100-year floodplain.

• Space should have amenities such as restaurants and shopping centers within immediate vicinity.

• Sites which are located directly on a highway or 6-lane thoroughfare shall not be considered in the following instances: (1) if the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within a block; (2) if the location access is directly from a highway, unless there is a traffic control device within two blocks or equivalent from the proposed office space.

• Subleases will not be considered.

• Locations must be as convenient to the visiting public as possible.

Go/No-Go - Building/Space Layout:

• Office space must be contiguous, located on one level without being split by a public corridor, and located on the ground floor.

• Space configuration shall be conducive to an efficient layout. Consideration for an efficient layout will include, but not be limited to, the following: size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, any angles, curves or offsets that will result in an efficient use of space. Columns must be at least 20 feet apart (Center to Center) and 20 feet from any interior wall and be no more than one foot square.

• The following space configurations will not be considered: space with atriums or other interrupting contiguous space; extremely long or narrow runs of space irregularly shaped space configurations or other unusual building features adversely affecting usage.

• Space shall be in a modern quality Building of sound and substantial construction with a facade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences.

• Offered space must meet, or be capable of being upgraded to meet, Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease.

• The proposed leased space shall be fully serviced.





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 year flood plain.

The U.S. Government currently occupies office and related space in a building under a lease in Clinton, OK that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.



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.

.

The U.S. Government currently occupies office and related space in a building under a lease in [Amarillo, Texas], that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime.



Electronic Offer Submission:

Offers must be submitted electronically through the Requirement Specific

Acquisition Platform (RSAP), located at https://lop.gsa.gov/rsap/.



Interested parties must go to the RSAP website, select the “Registration” link and

follow the instructions to register. Instructional guides and video tutorials are

offered on the RSAP homepage and in the “HELP” tab on the RSAP website.

Solicitation Number:

Solicitation (RLP) Number 1TX2668



Expressions of Interest Due: 11/23/2022

Market Survey (Estimated): TBD

Occupancy (Estimated): 7/24/2024



Expressions of interest must include the following information:

1. Building name and address and location of the available space within the building.

2. Rentable square feet available and expected rental rate per rentable square foot, fully serviced.

3. ABOA square feet to be offered, and expected rental rate per ABOA square foot, fully service. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, if any.

4. Date of space availability.

5. Building ownership information.

6. Authorization to Submit / Representation Letter from the building owner.

7. Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government reserved parking.

8. Energy efficiency and renewable energy features existing within the building.

9. List of building services provided.



Send Expressions of Interest to:



Name/Title: Temu Gibson

Address: 819 Taylor Street Fort Worth Texas 76102

Office: (817) 972-0912

Email Address: Temu.gibson@gsa.gov



Government Contact Information

Leasing Contracting Officer Temu Gibson



Note: Entities not currently registered in the System for Award Management

(SAM) are advised to start the registration process as soon as possible.


Attachments/Links
Contact Information
Contracting Office Address
  • OFFICE OF LEASING 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • 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 >