Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

X -- General Services Administration (GSA) seeks to lease the following space in New Bern, NC

Notice Date
2/10/2016
 
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
5NC0162
 
Archive Date
3/10/2016
 
Point of Contact
David Barrueta, Phone: 404-682-3445
 
E-Mail Address
david.barrueta@cushwake.com
(david.barrueta@cushwake.com)
 
Small Business Set-Aside
N/A
 
Description
General Services Administration (GSA) seeks to lease the following space: State:NC City:New Bern Delineated Area:North: Intersection of Business 70 West (Neuse Boulevard) and Glenburnie Road South: Trent Road East: Intersection of Business 17 South (Broad Street) and Business 70 West (Neuse Boulevard) West: Intersection of Highway 17 South and Shoreline Drive Sq. Ft. RSF10,890 Sq. Ft. (ABOA) 9,875 Space Type:Office Parking :Per local parking code Total Lease Term:10 years Firm Term:5 years Additional Requirements:Offered space must be in one contiguous block on a single floor. Street level space is preferred. If space is not on the street level, the space must be served by at least two accessible elevators, one of which can be a freight elevator. Space should have no history of prior heavy industrial use. Space shall be located not more than the equivalent of two city blocks from a primary or secondary street. The lessor shall provide acceptable signage from the primary or secondary street at no separate cost. PUBLIC TRANSPORTATION: When public transportation is available, passenger stops must be within two blocks of the offered space. In suburban areas, in small communities and in areas of major cities where adequate public transportation and on site parking are not available, secure vehicle parking facilities must be available for visitors and employees within a two-block radius of the space. PARKING: Offered space must have sufficient general parking as required by local code requirements and must be able to accommodate carpools, disabled employees, and in and out parking. Restricted or metered parking of one hour or less within the two block area of the space does not meet the requirement. Sufficient parking and access for disabled persons must be available and be consistent with the Americans With Disabilities Act (ADA). In those locations where on site parking is not available, parking for the disabled must be located within the same block. Determinations of sufficient parking and access will be made by the Government. Where onsite parking for the handicapped is not available, a loading/unloading zone shall be provided directly outside the building entrance. Space requiring ramps inside the office will not be acceptable. Space should allow for an efficient layout and office workflow, with few or no columns or other building architectural obstructions. The U.S. Government currently occupies office and related space in a building under lease in New Bern, NC that will be expiring. The Government is considering alternative space if economically advantageous. 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 telecommunication infrastructure, and non-productive agency downtime. Buildings offered for consideration must be within the defined delineated area as shown above, 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. Expressions of Interest must be received in writing no later than February 24, 2016 at 5:00 PM EST, and should include the following information at a minimum (This is not an invitation for bids or a request for proposals): •Building name, address and email address of authorized individual to be contacted; •Location of space in the building and date of availability; •Rentable Square Feet (RSF) offered and rate per RSF; •ANSI/BOMA defined Office Area Square Feet; •Scaled floor plans (as-built) identifying offered space; •The date that the space will be available; •Site plan showing parking area(s) and loading area(s). 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:February 24, 2016 Market Survey (Estimated):March, 2016 Occupancy (Estimated):August 1, 2018 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 Cushman & Wakefield. Interested parties should send expressions of interest to: David M. Barrueta, Vice President Cushman & Wakefield Direct: 404-682-3445 Mobile: 404-493-1794 david.barrueta@cushwake.com A copy shall be sent to: U.S. General Services Administration Alvin P. Jackson, Lease Contracting Officer alvin.jackson@gsa.gov Please reference Project Number: 5NC0162
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34f19f1430e55d3c27f6568af29f8564)
 
Place of Performance
Address: 161 North Clark Street, Suite 2400, Chicago, Illinois, 60601, United States
Zip Code: 60601
 
Record
SN04017141-W 20160212/160210235247-34f19f1430e55d3c27f6568af29f8564 (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.