Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOLICITATION NOTICE

X -- U.S. Government seeks to lease space in Klamath Falls, OR

Notice Date
8/6/2018
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Real Estate Acquisition Division(47PL99), 400 15th Street, SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
8OR2271
 
Archive Date
8/28/2018
 
Point of Contact
Frances S. Manning, Phone: 5033263958
 
E-Mail Address
frances.manning@gsa.gov
(frances.manning@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT Expression of Interest Project # 8OR2271 General Services Administration (GSA) seeks to lease the following space: State: Oregon City: Klamath Falls Delineated Area: Klamath Falls Central Business Area Minimum Sq. Ft. (ABOA): Office: 10,758 ABOA Warehouse: 13,000 USF Wareyard: 45,000 SF Maximum Sq. Ft. (ABOA): Office: 11,091 ABOA Warehouse: 13,000 USF Wareyard: 45,000 SF Space Type: Office, Warehouse, Wareyard Parking Spaces See wareyard requirements below Full Term: 20 years Firm Term: 15 years Additional Requirements: Parking requirements: OFFICE - 67 10' x 20' vehicle parking spaces, 5 visitor spaces, accessible parking spaces as required by code, 1 14' x 40' pull-through RV parking space. Parking required to be a maximum of 1/4 mile from building, if not available onsite. 1 bicycle rack capable of accommodating 6 bikes is also required. WARE-YARD - 17 trailer parking spaces and 27 GOV truck parking spaces. Ware-yard requirements: Ware-yard shall be secured by a 10' high fence with 3 strand barbed wire angled outward. If new fencing is required, cost to be considered Shell. Adequate maneuvering room shall be provided for a 70' tractor trailer. Office requirements: ceiling height required to be minimum 9'0" measured from finished floor to lowest obstruction. Conference room ceiling height required to be minimum 9'0" measured from finished floor to lowest obstruction. Warehouse requirements: ceiling height required to be minimum 16'0" measured from finished floor to lowest obstruction. Bay 1 Width: 14'0", Height: 14'0". Bay 2 Width: 14'0", Height: 14'0". Bay 3 Width: 10'0", Height: 12'0". Columns shall be 30'0" linear feet apart from one another. Offered buildings should not be located adjacent to schools, residential areas, prisons/jails, heavy industrial areas (light industrial or flex space areas are acceptable), or any operations causing excessive odors or noise. Contiguous office space, located on the ground floor, is desired. Warehouse attached to Office is desired. If not achievable, Warehouse must be located on the proposed site plan. All warehouse overhead doors shall open directly to the ware-yard area. Property must be capable of sending and receiving radio transmissions through a 40' tower. Line of sight with Hamaker Mountain required. Site must have underground city utilities. Site must have immediate and safe access to principal and minor arterial roads. 24/7 access required. Separate metering required. Government will pay for all electric and gas utilities directly to the utility companies throughout term of lease. Lessor shall provide all square feet required for site drainage swales or detention ponds. This square footage shall be over and above the BLM minimum requirements. All windows shall be, or made to be, non-operable. Offeror shall be able to meet the Government's energy efficiency and design standards. Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A modified gross lease is required. Offered space shall not be in the 100 year flood plain. Expressions of Interest must include the following information: • Building name and address and location of the available space within the building; • ANSI/BOMA office area-(ABOA) square feet to be offered and expected rental rate per ABOA square foot. Indicate whether the quoted rental rate includes an amount for tenant improvements and state the amount, (if any); • Date of space availability; • Building ownership information; • Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking, (if any); • Energy efficiency and renewable energy features existing within the building; • List of building services provided; Please reference the Project # in the subject line of all email correspondence related to this project. Expressions of Interest Due: August 13, 2018 Market Survey (Estimated): TBD Occupancy (Estimated): March 18, 2021 Send Expressions of Interest to: Name/Title: Frances Manning, GSA Lease Contracting Officer Address: 620 SW Main St Rm 108 Portland OR 97205 Office: 503-326-3958 Email Address: frances.manning@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f182dad857143e711b47006a5a027565)
 
Place of Performance
Address: GSA Public Buildings Service, Leasing Division, 400 15th St SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN05021705-W 20180808/180806230845-f182dad857143e711b47006a5a027565 (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.