Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2012 FBO #3989
SOLICITATION NOTICE

X -- U.S. Government Seeks to Lease Office and Related Space in Washington, DC

Notice Date
10/24/2012
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Leasing Policy and Performance Division (WPQ), 7th & D Streets, S.W., Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
1DC2080-3
 
Archive Date
11/13/2012
 
Point of Contact
Mark D. Tyler, Phone: 2025019126
 
E-Mail Address
mark.tyler@gsa.gov
(mark.tyler@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State: District of Columbia County: District of Columbia Delineated Area: CEA Approximate Sq. Ft. (ABOA): Approximately 25,282 ABOA Approximate Sq. Ft. (BRSF): Approximately 22,632 BRSF Space Type: Office Parking Spaces (Total): 0 included in lease Parking Spaces (Surface): Available pro rata per code at market rate Parking Spaces (Structured): Available pro rata per code at market rate Parking Spaces (Reserved): 0 Full Term: 10 years Firm Term: Five (5) years firm Option Term: Five (5) year renewal option Additional Requirements: Space must be contiguous. The offered building must be within 2,640 walkable linear feet of an entrance to a Metrorail Station. The offered building must have an Energy Star rating of 75 or higher. This Government requirement for leased space was previously posted in a FedBizOpps advertisement referencing Project Number 1DC2080-2. The purpose of this re-advertisement is to confirm prior Expressions of Interest, update the amount of the Tenant Improvement Allowance, and solicit the market for additional Expressions of Interest. The Government currently occupies office and related space in a building under lease in LDC01635 that will be expiring on April, 23, 2013. The Government is considering alternative space if economically advantageous. The Government intends to use the information that it receives in response to this advertisement as a basis to develop a cost-benefit analysis that will 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 alternative space that potentially can satisfy the Government's requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. The proposed leased space shall be fully serviced. Offered space shall not be in the 100 year flood plain. Buildings offered for consideration must have the ability to meet all current Federal/GSA/PBS, State, and Local codes and regulations including, but not limited to, fire and life safety, handicapped accessibility, OSHA, and seismic protection by the required occupancy date. Expressions of Interest Due: October 29, 2012 Market Survey (Estimated): November 25, 2012 Offers Due: December 10, 2012 Occupancy (Estimated): April 24, 2013 EXPRESSIONS OF INTEREST MUST BE RECEIVED IN WRITING NO LATER THAN NOON OCTOBER 29, 2012 AND SHOULD INCLUDE THE FOLLOWING INFORMATION AT A MINIMUM: Building name and address; Location of space in the building and date of availability; Name of closest operational Metro Rail Station and distance in walkable linear feet from the Metro Rail station; ANSI/BOMA defined office area/usable square feet (USF) Offered and Rentable Square Feet (RSF) offered identifying the specific floors and square footage on each (with Common Area Factor); Rental rate per fully serviced rentable square foot (based on the GSA Warm Lit Shell). Include a $46.74/USF Tenant Improvement Allowance in the offered rate for alternative locations and $10.00/USF for the incumbent location. Evidence of ability to meet the required occupancy date of no later than April 24, 2013; Name, address, telephone number, and email address of authorized contact. 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 potential building in question cannot meet the Government's requirements. With specific respect to expected rental rate information, the Government will assume a maximum rental rate taking into consideration lease prospectus limitations and thresholds in the event the respondent fails to include such information. Parties who responded to the previous advertisement do not need re-submit in order to be considered. However, those parties shall notify the Government if they have any changes to their expressed rates or wish to no longer be considered. If the Government does not receive notice that a party that previously expressed interest wishes to change their rates, the Government will use the previously submitted rate in its determination. Authorized Contacts: in no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the offices and employees of the General Services Administration (GSA). Expressions of interest should be e-mailed to mark.tyler@gsa.gov. Please reference Project Number 1DC2080-3. Contracting Office Address: 301 7th St., SW, Room 2670 Washington, District of Columbia 20407 Primary Point of Contact: Mark Tyler Lease Contracting Specialist mark.tyler@gsa.gov (202) 501-9126
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPES/1DC2080-3/listing.html)
 
Place of Performance
Address: 301 7th St. SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02918419-W 20121026/121024234009-e4e5cde260e07488f943147640d4bd95 (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.