MODIFICATION
X -- The U.S. Government currently occupies office and related space in a building under lease in Florence, Alabama
- Notice Date
- 8/17/2016
- Notice Type
- Modification/Amendment
- NAICS
- 531130
— Lessors of Miniwarehouses and Self-Storage Units
- 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
- 1AL2051_1
- Archive Date
- 8/25/2016
- Point of Contact
- Yolanda F. Morgan-Wells, Phone: 215-334-7618 or 267-815-1309
- E-Mail Address
-
yolanda.morgan@am.jll.com
(yolanda.morgan@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- State: Alabama City: Florence Delineated Area: Central business district demised by the following boundaries: · North : East Tuscaloosa Street and Hermitage Drive · South : Veterans Drive · East : Helton Drive / AL-157 · West : Pine Street Minimum Sq. Ft. (ABOA): 13,611 Maximum Sq. Ft. (ABOA): 13,611 Space Type: Office Surface Parking Spaces (Total): The parking-to-square-foot ratio available on site shall at least meet current local code requirements, or, in absence of a local code requirement, onsite parking shall be available at a ratio of 1 space for every 200 RSF of the Government-demised area. Parking Spaces (Reserved and Secured): N/A Full Term: 10 years Firm Term: 5 years Additional Requirements: The following criteria shall apply to all space considered by the Government: · Space should not be located within close proximity to railroad tracks or heavily congested freeways. · Overall dimensions of the space shall have a maximum length to width ratio of 2 to 1. · Preference will be given to blocks of space that allow maximum flexibility for furniture placement, i.e., few or no columns or other obstructions, rectangular in shape, no curves or off-sets, and with large open areas. · Space requiring ramps inside the office will not be acceptable. · The space should not be located within close proximity to railroad tracks or heavily congested freeways that may compromise the sound quality of digital recordings. · The space should not be located in industrial or warehouse areas. Space should be located in a professional office setting with similar businesses in the surrounding area. · Sites which are located directly on a highway or six-lane thoroughfare shall not be considered in the following instances: o The two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within a block; o The location access is directly from a highway, unless there is a traffic control device within two blocks or equivalent from the proposed office space. · To allow for visibility to the public, this agency's office space shall be located not more than the equivalent of two city blocks from a primary or secondary street serving the office. As an alternative to direct visibility, the lessor shall provide acceptable signage from the primary or secondary street at no separate cost. The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access or which require additional turns shall not be considered. · Space above the first floor of any offered building is preferred. If the building is one level, the Government must be the sole occupant. Contiguous floor space will be considered, subject to the Government requirements and approval. Offered spaces above first floor must be serviced by a minimum of two (2) elevators. · Space should be Class A, professional quality office space. The space should be no more than twice as long as it is wide, and it should have open areas where columns and other obstructions do not hinder the development of efficient space layouts and office workflow. Any columns in the space must be at least 20 feet from any interior wall and from each other (clear distance) and be no more than two feet square. · Secure office space and facilities in an office building, fully serviced and altered to Government specifications are required. Brokers or agents may represent the prospective landlord, but any properties or proposals submitted by brokers/agents must be accompanied by written evidence that they are authorized to represent the building's ownership. If you desire to submit a location for inspection, please forward information by 12 PM EST, Wednesday, August 24, 2016. Please reference Project No. 1AL2051_1. All expressions of interest should be in writing and include the building name, address, location of space in the building, and rentable square feet offered. Offered space must meet the Federal Government's standards for fire safety and handicapped accessibility, seismic and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. Subleases are not acceptable. The U.S. Government is seeking office and related space for a lease in Florence, Alabama, that will commence on or before July 22, 2017. 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. The space must be available for immediate occupancy. Interested Parties Should Send Expressions of Interest to: Name/Title: Yolanda F. Morgan-Wells, Associate Address: 1650 Arch Street, Suite 2500, Philadelphia, PA 19103 Office Number: 267-815-1309 E-mail Address: yolanda.morgan-wells@am.jll.com Please reference Project Number 1AL2051_1 for submittals sent electronically to the e-mail address above or submittals sent in the mail to the address above. Government Contact Lease Contracting Officer: Janell Payne Leasing Specialist Toni D. Nolen Contractor Name: Yolanda F. Morgan-Wells Contractor Firm: Jones Lang LaSalle
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/1AL2051_1/listing.html)
- Place of Performance
- Address: U.S. General Services Administration, Public Buildings Services, Leasing Division (4PR1DB), 77 Forsyth Street, SW, Suite G-40, Atlanta, Georgia, 30303-3490, United States
- Zip Code: 30303-3490
- Zip Code: 30303-3490
- Record
- SN04227534-W 20160819/160817234531-6a5ce25c726a97216f9a6caa6035adcf (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 |