Texas Bids > Bid Detail

General Services Administration (GSA) Request for Lease Proposal (RLP): Solicitation No. 1TX2659

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159911888544151
Posted Date: Dec 15, 2022
Due Date: Jan 3, 2023
Solicitation No: 1TX2659
Source: https://sam.gov/opp/31a0338dbf...
Follow
General Services Administration (GSA) Request for Lease Proposal (RLP): Solicitation No. 1TX2659
Active
Contract Opportunity
Notice ID
1TX2659
Related Notice
1TX2659
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 15, 2022 01:48 pm EST
  • Original Published Date: Dec 12, 2022 06:01 pm EST
  • Updated Date Offers Due: Jan 03, 2023 05:00 pm EST
  • Original Date Offers Due: Dec 30, 2022 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 18, 2023
  • Original Inactive Date: Jan 14, 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:
    Kerrville , TX
    USA
Description

U.S. GOVERNMENT

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

State: TX

City: Kerrville

Delineated Area: North: IH 10

East: HWY 16 (Sidney Baker Rd.)

South: Hill Country Rd., Wesley Dr., Thompson

Dr., Francisco Lemos St., W. Water St., Lowry St.,

Guadalupe St., Hwy 27 (Junction Hwy)

West: Methodist Encampment Rd., Jackson Rd.,

Harper Rd.

Minimum Sq. Ft. (ABOA): 6,260

Maximum Sq. Ft. (ABOA): 6,920

Space Type: Office

Parking Spaces (Total): 40

Parking Spaces (Surface): 40

Parking Spaces (Structured): 0

Parking Spaces (Reserved): 0

Full Term: 10

Firm Term: 5

Option Term: n/a

Additional Requirements: 1. Space shall be on the ground floor,

shall be contiguous, and on one level without being split by a public corridor or firewalls. The ratio of width to length

shall not exceed 2:3.

2. Space configuration shall be conducive to an efficient systems furniture layout.

Consideration for an efficient layout will include, but will not be limited to, the following: 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 inefficient 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.

3. Ceiling height in all areas must be a minimum of 9 to 12 feet measured from the floor to the lowest obstruction.

Junction boxes for systems furniture power poles must be mounted to accommodate power poles no longer

than 12 feet.

4. Access to 40 parking spaces available general/public parking (defined as onsite, on-street, or commercial paid

parking facilities with rates at or below market) shall be available at the location or within a one-quarter (¼) mile

safe walking distance of the offered space/building entrance. Available parking is defined as empty/open

parking spaces, available for use by building occupants, visitors or the general public during the business day

(7:00 am – 6:00 pm), Monday through Friday (excluding holidays). A ¼ mile safe walking distance is defined as a

walkable/wheelchair accessible path, where sidewalks and appropriate

crosswalks and cross signals are present, and the sidewalk walking path is one-quarter (¼) mile or less from the

parking spaces to the building entrance. SSA requires access to 22 general/public parking spaces located

at or within a one-quarter (¼) mile safe walking distance to the building.



a. Restricted or metered parking of

two-hours or less within the ¼

mile distance does not qualify.

b. On-site parking shall meet

current local code

requirements. In the absence of

a local code requirement, on-site

parking shall be available at a

minimum ratio of 7 spaces per

1,000 rentable square feet.

11/2022

c. ABAAS parking (handicap

parking) spaces shall be at a

distance no greater than 200 feet

from the edge of the parking

space to the entrance of the

building

d. Lighting for on-site

parking: Shall include surround,

entrance and walkway lighting

that meets current IESNA

(Illuminating Engineering Society

of North America) standards or a

minimum of 5 foot-candles for

entrances, 3 foot-candles for

surrounds, and 1 foot-candle for

exterior parking areas.

5. 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. Locations must be as

convenient to the visiting public as

possible. Primary consideration in

selecting boundaries will be

accessibility by public and private

transportation for the greatest number

of people in the service area.

6. In cities with public transportation, the

service must be at regularly scheduled

times during the entire workday and

within 600 feet (or two blocks,

whichever is less) from the building

entrance for the commuting needs of

the visiting public. The route from the

bus stop to the building entrance shall

be accessible for the mobility impaired.

11/2022

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/FARCase-

2019-009/889_Part_B.

Offers Due: 12/30/2022

Occupancy (Estimated): 6/5/2024

Send Offers to:

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 1TX2659

Government Contact Information (Not for Offer Submission)

Role Phone Email

Lease Contracting Officer 817-978-0130 Adrienne.Jackson@gsa.gov

Leasing Specialist 817-850-8250 Torrence.Borden@gsa.gov

Project Manager 682-209-3778 Robin.Riley@gsa.gov

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

(SAM.gov) 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 >