Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2018 FBO #6179
MODIFICATION

X -- The Government is seeking to enter into a lease for space meeting the following requirements:

Notice Date
10/22/2018
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Realty Services (7P), 819 Taylor Street, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
7TX3192
 
Archive Date
11/27/2018
 
Point of Contact
Me'Chaela Buford, Phone: 817-978-3292, Pearl Summers-Garza,
 
E-Mail Address
mechaela.buford@gsa.gov, Pearl.summers-garza@gsa.gov
(mechaela.buford@gsa.gov, Pearl.summers-garza@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation for Offers No. 7TX3192 7/17/18 Lease Summary A.Statement of Requirements. The Government is seeking to enter into a lease for space meeting the following requirements: City, State:San Antonio, TX Delineated Area:Beginning at the intersection of US-90 E and State Road 1604 proceed northeast to I-35. Merge right on to I-35 and proceed south to I-37. Merge south on to I-37 and proceed south to I-10. Merge west on to I-10 and proceed west to I-35. Proceed southwest on I-35 to I-410. Merge right on I-410 and proceed north to US 90. Turn left on US 90 and proceed west to State Road 1604 back to starting intersection. See map provided below. Minimum Sq. Ft. (ABOA):74,345 Space Type:Office Parking Spaces (Total):2 Parking Spaces (Surface or Structured):2 Parking Spaces (Reserved):2 Full Term:15 years Firm Term:10 years Option Term:None Additional Requirements:•Must be able to meet the requirements for a Security Level II facility. •Must be within a walkable ¼ mile of public transportation. •Ability to accommodate an emergency generator (specifications provided with RLP). •The Space shall be located in a modern quality Building of sound and substantial construction with a façade of stone, marble, brick, stainless steel, aluminum or other permanent materials in good condition and acceptable to the GSA Lease Contracting Officer. If not a new Building, the Space offered shall be in a Building that has undergone, or will complete by occupancy, modernization or adaptive reuse for the Space with modern conveniences. •Space should allow for an efficient layout and office workflow. Space must provide maximum flexibility for systems furniture placement with few or no columns or other building or architectural obstructions. Space should have few curves or major offsets and must have large open areas to allow maximum design flexibility. Architectural features should not cause an inefficient use of space. •Other typical and special requirements as called for in the Request for Lease Proposals (RLP) package. New construction nor subleases will be considered. Offered space must meet or be capable of meeting Government requirements for Fire and Life Safety, Handicapped Accessibility, and Sustainability set forth in the Request for Lease Proposals package. A fully serviced lease is required Offered space shall not be in the 100-year flood plain. Delineated Area To receive consideration, submitted properties must be located within the delineated area. A map of the delineated area is provided below for further clarification of the boundaries. Beginning at the intersection of US-90 E and State Road 1604 proceed northeast to I-35. Merge right on to I-35 and proceed south to I-37. Merge south on to I-37 and proceed south to I-10. Merge west on to I-10 and proceed west to I-35. Proceed southwest on I-35 to I-410. Merge right on I-410 and proceed north to US 90. Turn left on US 90 and proceed west to State Road 1604 back to starting intersection. B.Projected Dates. Expressions of Interest must be submitted to the above address by 4:00 PM CST on November 12, 2018 and must include the following information: • Building name and address and location of the available space within the building. • Rentable square feet available and expected rental rate per rentable square foot, fully serviced. • ANSI/BOMA Office area square feet (OASF) to be offered and expected rental rate per OASF, fully serviced. Indicate whether or not the quoted rental rate includes an amount for tenant improvements and state the amount, if any. • Date of space availability. • Method of rentable space measurement. • 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. Expressions of Interest Due:4:00 PM CST November 12, 2018 Market Survey (Estimated):November 28, 2018 Offers Due (Estimated):December 2018 Occupancy (Estimated):Fall 2020 Send Expressions of Interest to: Name/Title:Megan Shulin, GSA Broker Representative Address:Public Properties 1010 Wisconsin Ave NW Ste 650 Washington, DC 20007 Office: 202-652-4188 Email Address:megan.shulin@gsa.gov C.Government Contacts Name/Title:Me'Chaela Buford, Lease Contracting Officer Company:GSA Address:Fort Worth, TX Office: 817-978-3292 Email Address:Mechaela.Buford@gsa.gov Name/Title:Pearl Summers-Garza, Senior Project Manager Company:GSA Email Address:Pearl.summers-garza@gsa.gov Solicitation for Offers No. 7TX3192 8/20/18 Lease Summary A.Statement of Requirements. The Government is seeking to enter into a lease for space meeting the following requirements: City, State:San Antonio, TX Delineated Area:Central Business District (CBD) of San Antonio, TX Minimum Sq. Ft. (ABOA):74,345 Space Type:Office Parking Spaces (Total):1 Parking Spaces (Surface):1 Parking Spaces (Structured): Parking Spaces (Reserved): Full Term:15 years Firm Term:10 years Option Term:None Additional Requirements:•Must be able to meet the requirements for a Security Level II facility. •Must be within a walkable ¼ mile of public transportation. •Ability to accommodate an emergency generator (specifications provided with RLP). New construction nor subleases will not be considered. Offered space must meet or be capable of meeting Government requirements for Fire and Life Safety, Handicapped Accessibility, and Sustainability set forth in the Request for Lease Proposals package. Offered space shall not be in the 100 year flood plain. The Government is considering alternative space if economically advantageous. The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. In making this determination, the Government will consider, among other things, the availability of alternate 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 telecommunications infrastructure, and non-productive agency downtime. B.Projected Dates. Expressions of Interest must be submitted to the above address by 4:00 PM CST on 9/10/18 and must include the following information: • Building name and address and location of the available space within the building. • Rentable square feet available and expected rental rate per rentable square foot, fully serviced. • ANSI/BOMA Office area square feet (OASF) to be offered and expected rental rate per OASF, fully serviced. Indicate whether or not the quoted rental rate includes an amount for tenant improvements and state the amount, if any. • Date of space availability. • Method of rentable space measurement. • 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. The Government's decision regarding whether to relocate will be based, in part, on information received in response to this advertisement. C.Government Contact. Send Expressions of Interest to: Name/Title:Me'Chaela Buford CompanyGSA Address:Fort Worth, TX Office: 817-978-3292 Email Address:Mechaela.Buford@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7P/7TX3192/listing.html)
 
Record
SN05131080-W 20181024/181022230527-22b4ae5fc9684b9f796e0dd1d9679fce (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.