SOLICITATION NOTICE
X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 18,031 RSF (yielding at least 17,111 USF) OF OFFICE SPACE IN FARMINGTON HILLS, MI
- Notice Date
- 2/28/2011
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - UGL Services Equis Operation Co., 161 N. Clark Street, Suite 2400, Chicago, Illinois, 60601, United States
- ZIP Code
- 60601
- Solicitation Number
- GS-05B-18737
- Archive Date
- 3/29/2011
- Point of Contact
- Robert Blumenthal, Phone: 312-424-8124
- E-Mail Address
-
Robert.Blumenthal@na.ugllimited.com
(Robert.Blumenthal@na.ugllimited.com)
- Small Business Set-Aside
- N/A
- Description
- State: Michigan City: Farmington Hills Delineated Area: Northern Boundary: 12 Mile Road Eastern Boundary: Inkster Road Western Boundary: Haggerty Road Southern Boundary: 8 Mile Road Minimum Sq. Ft. (ABOA) 17,111 Maximum Sq. Ft. (ABOA): 17,111 Space Type: Office Parking Spaces (Total): 80 Parking Spaces (Surface): 80 Parking Spaces (Structured): 0 Full Term: 10 years Firm Term: 5 years Option Term: N/A REQUIREMENT: The United States Government ("Government") is seeking expressions of interest from potential sources for office space in downtown Farmington Hills, Michigan. The US Government's existing lease in Farmington Hills, Michigan is expiring and the Government is considering if it would be economically advantageous for the Government to relocate. The Government is interested in leasing approximately 18,031 rentable square feet of Class A office space in the City of Farmington Hills, Michigan, for use by the Internal Revenue Service (IRS). The area of consideration/delineated area is as noted above. The space must yield a minimum of 17,111 ANSI/BOMA (formerly "Usable") square feet of contiguous space. The anticipated term is 10 years, 5 years firm as a fully serviced lease. In addition to the rental costs, the Government will also factor in costs of moving to a new location including, but not limited to, physical move, tenant improvements, above-standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. Note that these same costs may not be factored in when evaluating whether it is most advantageous to the Government to remain in the current lease location. The building must be located in a prime commercial office district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use. Streets and public sidewalks must be well maintained. The location should provide regularly scheduled public transportation and employee parking within convenient walking distance of the offered building sufficient to cover commuting needs of employees. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection. Requires access to the building 24 hours per day, 7 days per week, 365 days per year. Space must have potential for an efficient layout. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. Offered space shall not be in the 100 year flood plain. SUBMISSION REQUIREMENTS Expressions of interest must be submitted in writing and should include the following information at minimum (this is not an invitation for bids or a request for proposals): 1. Building name/address. 2. Legal property description, recent survey, and property identification numbers (PIN). 3. Location of space in the building and date it will be available. 4. CAD disk with dimensions shown and one-eighth inch scale drawing of space offered showing columns, stairwells, restrooms, windows, paths of egress and any other architectural features of the space. 5. For new construction, CAD disk showing all of the above items plus a rendering of the proposed building must be provided. 6. For new construction, a list of the building materials to be used in constructing the building mus be shown on a rendering, etc. 7. ANSI/BOMA defined office area/usable area (USF) and rental rate per square foot, specifying services, utilities, and tenant improvement allowance. 8. Name, address, telephone number, and email address of authorized contact. 9. In cases where an agent is representing multiple ownership entities, written acknowledgement. 11. Permission ot represent multiple owners for the same submission. 12. Map showing public transportation within 1/4 mile of the offered building. 13. The actual space being offered must be identified with hash marks or some other identifier. Email, facsimile, or mail complete expressions of interest to: Robert Blumenthal Vice President UGL Services 161 North Clark Street, Suite 2700 Chicago, IL 60601 312-424-8124 office 312-424-8080 fax robert.blumenthal@ugl-equis.com For receipt not later than: March 14, 2011 5 p.m. Please reference Project Number 0MI2101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5af65fcf1bab1b0569583e0d44dae656)
- Place of Performance
- Address: Farmington Hills, Michigan, United States
- Record
- SN02388754-W 20110302/110228233945-5af65fcf1bab1b0569583e0d44dae656 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |