Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOLICITATION NOTICE

X -- Government seeks leased space in San Juan, Puerto Rico - Delineated area map

Notice Date
12/22/2015
 
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
5PR0106
 
Archive Date
1/30/2016
 
Point of Contact
Yarden Drimmer, Phone: 212-328-4220
 
E-Mail Address
yarden.drimmer@cushwake.com
(yarden.drimmer@cushwake.com)
 
Small Business Set-Aside
N/A
 
Description
Delineated area map General Services Administration (GSA) seeks to lease the following space: State: Puerto Rico City: San Juan Delineated Area: North: Along PR #22 José de Diego Expressway to East: Along PR #25 Ponce de León Avenue to South: Along PR #17 Jesús T. Piñeiro to West: Along PR #20 Martínez Nadal Expressway to PR #2 John F. Kennedy to PR #165 El Caño Avenue to PR #22 See attached map.) Minimum Sq. Ft. (ABOA): See summary below Maximum Sq. Ft. (ABOA): See summary below Space Type: Office Parking Spaces (Total): 3 reserved parking spaces, and a parking area for employees and visitors Parking Spaces (Reserved and Secured): 0 Full Term: See summary below Firm Term: See summary below Additional Requirements: The Government seeks to lease a minimum of 5,100/ ABOA to 5,355/ ABOA square feet for a lease term of 53 months as of November 1st, 2016 with a firm term of 46 months to extend until September 30th, 2020. The Government will have cancellation rights upon 60 days prior written notice to the Lessor. Within the first 3 years of the Lease term the Government has the right to request that the Lessor provides to the Government up to 2,800/usf or 3,220/rsf of additional contiguous office space, and the Lessor shall provide it at the same shell and operating rental rate that was effect under the Lease at the time the Government acquired the original space. The Lessor is expected to deliver the additional space 60 days from the date of government's notice. This 60 day period may be increased or decreased by mutual agreement. The amount of additional space, its exact location, the amount of its Tenant Improvement (TI) allowance, the repayment of the TI cost of the build out of the expansion space, the delivery schedule of said expansion space, and its effective date, shall be set forth in a Lease Amendment to be executed by the parties hereto. The term of the expansion space shall be co-terminus with the Lease. There shall be no changes to the termination rights under the Lease. If the Offeror, then Lessor is unable to provide the additional contiguous space as requested by the Government then, the Lessor is responsible for providing an alternate office space within the building that comprises the entire 7,900 usf, and meets GSA's approval. The space must be located in a commercial office district with attractive surroundings with a prevalence of modern design or tasteful rehabilitation. The space must lend itself to efficient layout and be no more than twice as long as it is wide. A contiguous block of space on one floor is preferred. The Lessor shall provide a loading dock or an acceptable alternative such as a loading dock area large enough for trucks to maneuver, and supplies to be comfortably brought into and out of the office. Additional parking should be provided for employees and visitors. If the offered space is not on ground level it must have an elevator. A freight elevator or acceptable alternative designated for periodic freight use. Building should have a water cistern and full load generator to provide for services during power outages and emergency situations at no additional cost to the Government. All services, supplies, utilities, and tenant alterations are to be provided as part of the rental consideration. The generator and water cistern shall provide for a fully-functioning office space for a period of 5 working days. All services, supplies, utilities, and tenant alterations are to be provided as part of the rental consideration. A fully serviced lease is required. The offered space must meet federal Government requirements for security, fire & life safety, handicapped accessibility (ABAAS), and sustainability. Consideration shall be based on the area profile, location and proximity to public transportation, capacity to provide services during power outages and emergencies, security, and sustainability if the location would be utilized. The Government reserves the right to determine acceptability of the offered property as to the building's structural integrity; compliance with Fire & Life Safety, ABAAS, and the highest safety and security of its surrounding areas. Expressions of interest must be submitted in writing and should include the following information at minimum (This is not an invitation for bids of a request for proposals): • Building name/address • Legal property description, recent surveys, including, but not limited to environmental survey, and property identification numbers (PIN) • Location of space in the building and date it will be available • One-eighth inch scale drawing of space offered • ANSI/BOMA (ABOA) defined office area (formerly usable) square feet (USF) • Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included • Common Area Factor used to determine the RSF • Name, address, telephone number, and email address of authorized contact • In cases where an agent is representing multiple ownership entities, written acknowledgment, and permission to represent multiple owners for the same submission • Evidence of the building's capability to operate during emergencies A FEMA floodplain map is required to be sent with the expression of interest. The map should indicate the location of the building within the map and address of the building. Offered space shall not be in a flood plain. Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall a potential Offeror enter into negotiations or discussions concerning space to be leased with representatives of any Federal agency other than the authorized officers. Expressions of Interest Due: 1/15/2016 Market Survey (Estimated): 1/27/2016 Offers Due (Estimated): TBD Occupancy (Estimated): No later than November 1st, 2016 Send Expressions of Interest to: Name/Title: Yarden Drimmer Address: Cushman & Wakefield1271 Avenue of the Americas, 43rd Floor New York, NY 10020 Office Number: Office: 212-328-4220 / Cell: 917-656-2709 Email Address: Yarden.Drimmer@cushwake.com Please reference Project Number 5PR0106 for submittals sent electronically to the e-mail addresses above or submittals sent in the mail to the address above. Government Contact Lease Contracting Officer Ana M. de los Reyes and Ricardo Huertas Broker Name: Yarden Drimmer Broker Firm: Cushman and Wakefield
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/35097bd1a2dbb356e8bf874d8751210d)
 
Place of Performance
Address: San Juan, Puerto Rico, United States
 
Record
SN03976195-W 20151224/151222234535-35097bd1a2dbb356e8bf874d8751210d (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.