Description
This advertisement is hereby incorporated into the Request for Lease Proposal (RLP) #25REG02 by way of reference as an RLP attachment. The RLP can be found by visiting: https://leasing.gsa.gov/leasing/s/Offer-Resources The U.S. Government is seeking competitive lease proposals for new and/or continuing leasing opportunities through its online Leasing Portal. City: Western Long Island area State: New York Delineated Area (See Delineated Area Map Attached): North: Route 25A East: Route 110 South: Route 27 West: Cross Island Parkway / Belt Parkway Minimum ABOA Square Feet: 5,421 Maximum ABOA Square Feet: 5,692 Space Type: Office Parking: Official Government Vehicles: 7 reserved, secured, on-site parking spaces Lease Term: 15 years, 13 years firm Amortization Term: 8 years for both Tenant Improvements and Building Specific Amortized Capital. AGENCY UNIQUE REQUIREMENTS Tenant Improvement Allowance: $63.67 per ABOA SF Building Specific Amortized Capital (BSAC): $12.00 per ABOA SF A commuter rail, light rail, subway, or bus stop shall be located within the immediate vicinity of the Building, but generally not exceeding a walkable ½ mile, as determined by the LCO. Contiguous space is desired. Two separate suite entrances are required. If only non-contiguous space is available, the Government may consider one block of 1,624 - 1,705 ABOA SF and one block of 3,797 - 3,987 ABOA SF within the same building at its sole discretion. Space Layout (See Space Breakdown Attached) : Block 1: 1,624 - 1,705 ABOA SF includes Office and Office Support Space: Minimum 1,092 ABOA SF for 8 private offices Server Room: Minimum 182 ABOA SF with 24/7 cooling Special Space: Minimum 350 ABOA SF 1 evidence room 1 weapons room Block 2: 3,797 - 3,987 ABOA SF includes Office Space: minimum 2,139 ABOA SF 9 private offices 14 open workstations Office Support Space: minimum 1,658 ABOA SF 1 reception area 3 training / conference rooms 1 file room, 1 copy room, 1 storage room, 1 break room Space Condition: The Government is seeking move-in ready / second-generation office space requiring minimal construction. This is intended to reduce TI cost impact and support the required post award schedule. Minimal tenant improvements meaning the offered space has an existing office build-out and building systems in place, and the anticipated work is primarily interior improvements (e.g reconfiguration of non-structural partitions, finishes, limited MEP adjustments and device relocations, and associated fire/life safety modifications as needed). The Government anticipates some construction will be necessary; however, offerors must demonstrate the ability to meet the required Post-Award Schedule to be considered technically eligible for award and as, this is a low price, technically acceptable procurement, the final evaluated price will determine the intended awardee among technically eligible offers. 7. Post Award Schedule: The Government's required post-award deliverables and …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (3)