Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
MODIFICATION

X -- Lease Space to the Federal Government in Frederick County, Virginia, or Winchester, Virginia - Presolicitation Notice

Notice Date
7/19/2012
 
Notice Type
Modification/Amendment
 
NAICS
531190 — Lessors of Other Real Estate Property
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
0VA2222
 
Archive Date
7/24/2010
 
Point of Contact
Christian A. Evans, Phone: 215.446.5774, Samantha M. Poole, Phone: 215.446.4647
 
E-Mail Address
christian.evans@gsa.gov, samantha.poole@gsa.gov
(christian.evans@gsa.gov, samantha.poole@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Presolicitation Notice for Project/Solicitation No. 0VA2222 U.S. GOVERNMENT This presolicitation notice serves to revise and clarify requirements outlined in previous presolicitation notices posted under solicitation/project No. 0VA2222 and provide information regarding additional requirements. The purpose of this presolicitation notice is to identify a number of special requirements the Government has for the subject project in advance of releasing a request for lease proposals (RLP) and accompanying solicitation documents. The Government is NOT requesting offers or expressions of interest in response to this presolicitation notice. The General Services Administration (GSA) seeks to lease the following space: - Delineated area: Winchester Virginia OR Frederick County, Virginia - Minimum Area: 111,000 ANSI/BOMA Office Area Square Feet (ABOA) - Space Type: Office (75,000 ABOA) and Warehouse (36,000 ABOA) - Parking Spaces: 521 total spaces, reserved for the Government's exclusive use - Full Lease Term: 15 years - Firm Lease Term: 15 years - Option Term: 5 years Following are several of the Government's special requirements for this project : - The RLP that will be issued for this project will consider space offered in existing buildings or via proposed new construction. - The lease acquisition for this project will be conducted as a best value procurement, price and technical award factors considered. Technical award factors and additional information and requirements related to each will be specified in the Government's RLP. - All offered space must be contiguous within the existing or proposed building to be constructed, for which an offer is submitted. - The Government will consider only one (1) offer for an individual property (i.e. existing building or site for proposed new construction). - The Government requires a fully serviced lease. The Government shall establish a rent cap of $25.00 per rentable square foot, fully serviced. In order to meet the terms of the rent cap, the Government may accept offers that require lump sum payments for some items required by the lease contemplated by the RLP issued for this requirement. Additional information shall be included in the RLP. - At the time of submission of initial offers, the following shall be required: o Offerors shall demonstrate ownership or exclusive control of the property for which an offer is being submitted. o The property where an existing building is located or where new construction is proposed shall be zoned appropriately, and zoning shall allow for the Government's occupancy of space given the intended use of the space by the Government. Supporting documentation may be required. o Utilities shall be located on the property or at the perimeter of the property. Sufficient evidence and supporting documentation may be required to illustrate compliance with this requirement. o A Phase I ESA, compliant with ASTM 1527-05, shall be submitted for the property for which an offer is being submitted. - The lease contemplated by the RLP that will be issued for this project shall require the following: o Compliance with ISC Level III requirements. Additional security requirements shall be required and identified in the solicitation package. o A minimum setback/standoff distance of 50 feet, measured from the face of the building's exterior to the protected/defended perimeter, is required. o The property upon which an existing building is located or new construction is proposed, for which an offer is submitted, shall have two (2) means of site ingress/egress. o LEED-CI Certification shall be required for the Government's leased space. o The building and all systems shall be capable of supporting 24/7 continuous use by the Government. o Warehouse space shall have a minimum of one (1) loading dock for the Government's exclusive use. o A wareyard approximately 7,500 square feet in size is required. o The warehouse component of this requirement shall require conditioning, with temperature and humidity control above what may otherwise be considered "standard" for warehouse space. o Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards, per the terms of the Lease. o Floodplain compliance in accordance with the following: FLOOD PLAINS (JUN 2012): A Lease will not be awarded for any offered Property located within a 100-year floodplain unless the Government has determined that there is no practicable alternative. An Offeror may offer less than its entire site in order to exclude a portion of the site that falls within a floodplain, so long as the portion offered meets all the requirements of this RLP. If an Offeror intends that the offered Property that will become the Premises for purposes of this Lease will be something other than the entire site as recorded in tax or other property records the Offeror shall clearly demarcate the offered Property on its site plan/map submissions and shall propose an adjustment to property taxes on an appropriate pro rata basis. For such an offer, the LCO may, in his or her sole discretion, determine that the offered Property does not adequately avoid development in a 100-year floodplain. This presolicitation notice is provided for informational purposes only. The list outlined above is not an all-inclusive list of requirements. The list above may be revised, and the Government may specify additional requirements. The RLP and accompanying solicitation documents shall contain the Government's complete set of requirements for this lease acquisition. When the RLP is issued by the Government for this requirement, it will be posted to the FedBizOpps website (https://www.fbo.gov) and will include accompanying solicitation documents. The RLP will not be distributed in hard copy. All presolicitation and solicitation notices for the subject project, including the RLP and accompanying solicitation documents, will be posted under project/solicitation No. 0VA2222. It is the responsibility of interested parties to monitor the FedBizOpps website for presolicitation and solicitation notices related to this procurement. Once the RLP and accompanying solicitation documents are posted to the FedBizOpps website, the solicitation provisions and other terms and conditions of the solicitation package will establish how information will be communicated from that point forward. The Government is NOT requesting offers or expressions of interest in response to this presolicitation notice. With respect to all matters relating to the lease acquisition for the subject project, only the Government's Lease Contracting Officer (LCO) designated below shall have the authority to issue and amend the RLP and award a Lease. The Government shall have the right to substitute its LCO by notice, without an express delegation by the prior LCO. Lease LCO: Christian Evans 20 N. 8th Street Philadelphia, PA 19107 Phone: 215.446.5774 Email: christian.evans@gsa.gov As to all other matters, interested parties may contact either the LCO or the Alternate Government Contact designated below. Alternate Government Contact: Samantha Poole 20 N. 8th Street Philadelphia, PA 19107 Phone: 215.446.4647 Email: samantha.poole@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/0VA2222/listing.html)
 
Place of Performance
Address: Offered properties shall be within: Frederick County, Virginia, OR Winchester, Virginia, United States
 
Record
SN02808285-W 20120721/120719235701-3447d54189b0805f49adc8d1f984f73a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.