SOURCES SOUGHT
X -- General Services Administration (GSA) seeks to lease the following space: - Delineated Area Map
- Notice Date
- 7/15/2012
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - Julien J. Studley, Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, District of Columbia, 20004
- ZIP Code
- 20004
- Solicitation Number
- 0VA2056
- Archive Date
- 4/1/2013
- Point of Contact
- Todd C Valentine, Phone: 202-624-8531
- E-Mail Address
-
tvalentine@studley.com
(tvalentine@studley.com)
- Small Business Set-Aside
- N/A
- Description
- Delineated Area Map State: Virginia City: Springfield Delineated Area: Point of Beginning, Intersection of Rolling Road and Franconia Springfield Parkway, Northeast on Franconia Springfield Parkway to Virginia State Route 7900, South on Beulah Street, Southwest on Telegraph Road, Northwest on Pohick Road to Rolling Road and back to the point of beginning. Minimum Sq. Ft. (ABOA): 67,240 Maximum Sq. Ft. (ABOA): 70,602 Space Type: Office & Warehouse Parking Spaces (Total): 243 Parking Spaces (Surface): 243 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 10 years Firm Term: 10 years Option Term: Additional Requirements: The Government is seeking sources of available office and warehouse space within a specific area of Springfield, VA. Approximately 22,000 RSF of the space will be used as traditional office space, approximately 28,000 RSF will be used for warehouse space, and the remainder will be used for special use and secure functions. The Government intends to use this information from prospective sources to issue Requests for Lease Proposals. The Government is considering whether to remain in its existing space or to relocate to alternative space. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements, as well as costs associated with moving. These costs include, but are not limited to, physical move costs, replication of tenant improvements and telecommunications and security infrastructure, and non-productive agency downtime and the impact of a move on the agency’s mission. The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this advertisement. In the event that a potential offeror fails to provide specific rental rate or other required information as part of its response to this advertisement, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements. With specific respect to expected rental rate information, the Government will assume the maximum rental rate authorized in the applicable lease prospectus related to this requirement in the event the respondent fails to include such information. 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. Expressions of Interest should include the following: 1) Building name & address 2) Contact information and E-mail address of Lessor’s Representative 3) BOMA rentable & ABOASF available 4) Rate per ABOASF including a tenant improvement allowance of $46.74 per ABOASF included in this rate. 5) Number of parking spaces available on the premises. 6) Evidence that the offered space can be prepared with tenant improvement completion no later than September 16, 2012. Expressions of Interest Due: July 27, 2012 Market Survey (Estimated): August 2012 Offers Due: September 2012 Occupancy (Estimated): September 16, 2012 AUTHORIZED CONTACTS : In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the officers and employees of General Services Administration (GSA). EMAIL INFORMATION: CONTRACTING OFFICE ADDRESS: Santoni W. Graham, Contracting Officer U.S. General Services Administration National Capital Region 301 7 th Street, SW Washington, DC 20407 202-708-7108 Interested parties should send expressions of interest to: Studley, Inc. Todd Valentine tvalentine@studley.com 202-624-8531
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/0VA2056/listing.html)
- Place of Performance
- Address: Springfield, Virginia, 22150, United States
- Zip Code: 22150
- Zip Code: 22150
- Record
- SN02803663-W 20120717/120715233025-d416eb4eeb4b7ebeb81e82fb9b2c56c2 (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 |