SOLICITATION NOTICE
X -- U.S. Government Seeks to Lease 18,701 - 19,636 ABOA SF in Albany, NY
- Notice Date
- 8/28/2017
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), PBS Center for Broker Services (47PA05), See procurement notice or solicitation for address and remittance information., United States
- ZIP Code
- 00000
- Solicitation Number
- 7NY2689
- Archive Date
- 10/10/2017
- Point of Contact
- Maureen Payton, Phone: 202-719-5619, Bill Korchak, Phone: 212-812-5818
- E-Mail Address
-
maureen.payton@am.jll.com, william.korchak@am.jll.com
(maureen.payton@am.jll.com, william.korchak@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- State: New York City: Albany Delineated Area: North: Route 7, Route 2 East: I-787 South: I-87 West: Route 5, Van Heusen Street, Albany Street, Morris Road, Kings Road, Albany Street, Route 7 Minimum/Maximum Sq. Ft. (ABOA): 18,701 - 19,636 ABOA SF Maximum Sq. Ft. (RSF): Approximately 21,506 RSF Space Type: Office and related Parking Spaces (Total): 3 structured (reserved), 100 spaces must be commercially available onsite or within ¼ mile safe walking distance, see Additional Requirements. Full Term: 15 years, fully serviced Firm Term: 10 years Option Term: N/A Additional Requirements: Space must be contiguous. The Government prefers to be located on one floor. Basement or below grade space is unacceptable. At a minimum this project shall obtain LEED - Certification for LEED ID+C - Interior Design and Construction (ID+C). The successful Lessor, at the Lessor's cost and expense, shall obtain certification from the U.S. Green Building Council (USGBC) within nine (9) months of project occupancy. Offered space must be in a building that has earned the Energy Star label in the most recent year or will have obtained it prior to lease award, unless the offered space meets a statutory exception Offered space must be in close proximity to public transportation. A commuter rail, light rail, or bus stop shall be located within the immediate vicinity of the building, but generally not exceeding ½ walkable mile. A minimum of two public bus lines usable by tenant occupants and their customers shall be located within the immediate of the building, but generally not exceeding a walkable ¼ mile, as determined by the LCO. Bus stops to occur on a regular, frequent basis (schedule required to be provided. It must show location and frequency of bus stops). The offered space must have nearby parking, within ¼ mile safe walking distance to proposed office, an available 100 parking spaces to accommodate employees and visitors. Reserved parking spaces must be secure and well lit. A loading area with double doors or an overhead door must be available in the building in which the space is offered for the handling of pallet sized loads. The loading area is not required to be above-grade. The public entrance to the building must be located more than 300 walkable feet to schools (K-12). The Government shall have access to the space 24 hours a day, 7 days a week, 365 days a year, including freight access/elevator if applicable. Offered space must meet Government requirements for fire safety, 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. SUBMISSION REQUIREMENTS: Expressions of interest must be submitted in writing and should include the following information at minimum (This is not an invitation for bids or a request for proposals): 1. Building name/address and the location of available space within the building; 2. Rentable square feet available and the expected rental rate per rentable square foot, fully serviced; 3. ANSI/BOMA office area (ABOA) square feet to be offered and the expected rental rate per ABOA square foot, fully services. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount (if any); 4. Date of space availability; 5. Building ownership information; 6. Amount of parking available onsite and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any); 7. Energy Efficiency and renewable energy features existing within the building; 8. List of building Services provided; 9. One-eighth inch scale drawing of space offered; 10. Name, address, telephone number, and email address of authorized contact; 11. In cases where an agent is representing multiple ownership entities, written acknowledgement; 12. Permission to represent multiple owners for the same submission; 13. Map showing building and bus stop location, and 14. A public transportation bus schedule indicating frequency of stops. Expressions of Interest Due: September 25, 2017 Market Survey (Estimated): October 2017 Occupancy (Estimated): July 2, 2018 Send Expressions of Interest to: Name/Title: Maureen Payton and William Korchak Broker Address: 202-719-5619 (Maureen) and 212-812-5818 (William) Email Address: Maureen.Payton@am.jll.com and william.korchak@am.jll.com Government Contact Lease Contracting Officer Akeemah Smith Broker Maureen Payton, Jones Lang LaSalle
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e3cadbc352e25c42f70ad787640a76d0)
- Place of Performance
- Address: 1801 K Street, NW, Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Zip Code: 20006
- Record
- SN04650376-W 20170830/170828232318-e3cadbc352e25c42f70ad787640a76d0 (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 |