Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT Seeks to Lease Warehouse Space in Maryland & Virginia

Notice Date
9/5/2013
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
 
ZIP Code
20006-4044
 
Solicitation Number
1VA2236
 
Archive Date
10/4/2013
 
Point of Contact
Whitney Aaronson, Phone: 2027195832, William F. Craig, Phone: 703-485-8736
 
E-Mail Address
Whitney.Aaronson@am.jll.com, bill.craig@am.jll.com
(Whitney.Aaronson@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State: Maryland & Virginia County: Various City: Various Delineated Area: Within two (miles) from the I-495 beltway and shall include the entire I-495 beltway loop Sq. Ft. (ABOA) Minimum: 61,080 Sq. Ft. (ABOA) Maximum: 61,080 Sq. Ft. (RSF): 61,080 Space Type: Warehouse, with an office component Parking : 25 reserved surface parking spaces, of which 2 spaces will be used for large CDL trucks Full Term: 10 years Firm Term: 10 years Option Term: 0 years Additional Requirements: Subleases are not acceptable. Below grade/basement space and facilities with crawl spaces or attics will not be considered. Warehouse/Office ratio: Approximately 95%/5%. The entire warehouse and office space shall be climate controlled (HVAC) and equipped with an automatic fire suppression system with quick release sprinkler heads. General Office ceiling height shall be at least 8 feet 0 inches and Warehouse ceiling height shall be at least 16 feet clear height from finished floor. A minimum of six (6) loading docks with one having a leveler, which must be capable of servicing full-length tractor plus 55 feet 0 inch trailer. One (1) storage bay must have a ramp which will allow a 24 foot commercial box truck entry. The Government intends to use this information from prospective sources to issue a Request for Proposal. The Government currently occupies leased warehouse and related space that will be expiring. 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, seismic protection and sustainability standards by the required occupancy date 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. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis 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 likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, and non-productive agency downtime. Expressions of Interest must be received in writing no later than September 19, 2013 at 4:00 PM, and must include the following information at a minimum: · Building name and address; · Location of space in the building and date of availability; · Rentable Square Feet (RSF) offered and rate per RSF; · ANSI/BOMA office area (ABOA) square feet and rental rate per ABOA, full service inclusive of a Tenant Improvement allowance of $7.79/ABOA SF, meeting GSA’s standard building shell requirements; · Scaled floor plans (as-built) identifying offered space; · Evidence of ability to meet the required occupancy date of no later than October 18, 2014; · Site plan showing parking area(s) and loading area(s); · Name, address, telephone number, and email address of authorized contact. Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. Projected Dates: Expressions of Interest Due: September 19, 2013 Market Survey (Estimated): September 2013 Occupancy (Estimated): October 18, 2014 Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. 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) or their authorized representative, Jones Lang LaSalle Americas, Inc. Interested parties should send expressions of interest to: Jones Lang LaSalle Attn: Whitney Aaronson 1801 K Street, NW – Suite 1000 Washington, DC 20006 (202) 719-5832 Whitney.Aaronson@am.jll.com A copy shall be sent to: GSA National Capital Region Lease Execution Division Attn: Joel Berelson, William Davies 301 7 th Street, SW – Suite 1610 Washington, DC 20407 Joel.Berelson@gsa.gov William.Davies@gsa.gov Please reference Project Number 1VA2236.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/1VA2236/listing.html)
 
Place of Performance
Address: 301 7th Street, SW, Washington, District of Columbia, United States
 
Record
SN03175640-W 20130907/130905235547-3478d18392dd5df8c9323a343d3d36b0 (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.