Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SOLICITATION NOTICE

X -- GSA Seeking Warehouse Space in Suburban Maryland (Prince George's and Montgomery Counties)

Notice Date
4/11/2018
 
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
6md0272
 
Archive Date
5/16/2018
 
Point of Contact
David Jordan, Phone: 202-719-5838, William F. Craig, Phone: 703-485-8736
 
E-Mail Address
david.jordan@am.jll.com, bill.craig@am.jll.com
(david.jordan@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
U.S. General Services Administration (GSA) seeks to lease the following space: State: Maryland County: Prince George's and Montgomery Counties Delineated Area: Prince George's and Montgomery Counties, MD Sq. Ft. (ABOA) Minimum: 51,630 SF Space Type: Archival Storage Warehouse and related space Parking : 25 surface spaces Firm Term: 15 years Additional Requirements: Subleases are not acceptable. Building must be single story. Floors must be concrete with hardener and epoxy sealer. Floor loads should anticipate possible use of mezzanine flooring in some areas. Building must be well sealed, well insulated, with positive pressure. Roof must be warrantied and is subject to Government's approval. Insulation rating in the ceiling decking must be R-35. Temperature of the interior decking must not fall below the dew point temperature of the air within the building Roof drains cannot pass through the interior portion of the building or over the Government's space. Approximately 60% of space is museum-quality storage and shall be climate-controlled for temperature and humidity 24/7. 2-hour fire rating for exterior walls and ceiling. Lease will be net of tenant electric but otherwise fully-serviced with daytime cleaning. Warehouse clear height must be at least 24 feet from finished floor, with minimum 44' x 29' unobstructed floor area. A minimum of two standard size loading docks and one drive-in door. Drive-in door shall have 15-foot overhead clearance. Docks must be capable of servicing a tractor trailer. Exterior space for an emergency generator. Fenced and gated wareyard sufficient for maneuvering a tractor trailer. Public transportation within a walkable 1,320 feet. 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, and sustainability standards by the required occupancy date per the terms of the Lease. The proposed leased space shall be net of tenant electric but otherwise fully serviced. Offered space shall not be in the 100 year flood plain. Not all minimum requirements are reflected in this advertisement. The RLP will contain additional requirements. The Government's cost of relocation, replication, and other move related costs will be part of the Government's price evaluation. Expressions of Interest must be received in writing no later than May 1, 2018 at 5:00 PM, and must include the following information at a minimum: • Building name and address; • Location of space in the building and date of availability; • Adjacent tenants and uses; • Rentable Square Feet (RSF) offered and rate per RSF; • ANSI/BOMA office area (ABOA) square feet and rental rate per ABOA SF, net of electric but otherwise fully serviced with daytime cleaning, inclusive of a Tenant Improvement allowance of $7.79/ABOA SF, and 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 February 24, 2020; • 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: May 1, 2018 Market Survey (Estimated): May 2018 Occupancy: February 2020 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 or their authorized representative, Jones Lang LaSalle Americas, Inc. Submit Expressions of Interest to GSA Authorized Representative: David Jordan JLL 2020 K Street NW, Suite 1100 Washington, DC 20006 202.719.5838 david.jordan@am.jll.com AND david.jordan@gsa.gov With a copy to: Lisa Richmond Lease Execution Division GSA National Capital Region 301 7th Street SW Washington, DC 20024 Lisa.Richmond@gsa.gov and Bill.Craig@am.jll.com and Michael.Mcavinn@gsa.gov Please reference Project Number 6MD0272.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83e667c3f08d730e40836e726e6e4dcc)
 
Place of Performance
Address: 301 7th Street SW, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04886213-W 20180413/180411231010-83e667c3f08d730e40836e726e6e4dcc (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.