Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOLICITATION NOTICE

X -- The Government is seeking to lease office space in Warwick, RI for a minimum of 10,430 ANSI/BOMA Office Area (ABOA) to a maximum of 10,850 ABOA square feet.

Notice Date
3/17/2020 10:57:40 AM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
0RI2042
 
Response Due
3/24/2020 2:00:00 PM
 
Archive Date
04/08/2020
 
Point of Contact
Clarissa Mahoney-Pascascio, Phone: 3122282509
 
E-Mail Address
clarissa.mahoney@gsa.gov
(clarissa.mahoney@gsa.gov)
 
Description
Solicitation for Offers No: GS-01P-LRI00347 Procurement Type: Pre-solicitation Date Posted: 3/17/2020 Statement of Requirements:� The Government is seeking to lease office space in Warwick, RI for a minimum of 10,430 ANSI/BOMA Office Area (ABOA) to a maximum of 10,850 ABOA square feet. State: Rhode Island City: Warwick Delineated Area: City Limits if Warwick, RI Minimum Sq. Ft. (ABOA): 10,430 (See Additional Requirements) Maximum Sq. Ft. (ABOA): 10,850 Space Type: Office� Parking Spaces (Total): 11 Surface Parking Spaces (Reserved): 11 Full Term: 10 years Firm Term: 5 years Option Term: 5 years Additional Requirements: 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 addition to the rental costs the Government will also factor in the costs of moving to a new location including, but not limited to, physical move, tenant improvements, above standard/specialized alterations/equipment, furniture relocation, telecommunications, and other related costs. Note that these same costs may not be factored in when evaluating whether it is most advantageous to the Government to remain in the current lease location.� The Government is interested in considering alternative space if economically advantageous. Space must be located in a prime commercial office district with attractive, prestigious surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. Subleases are not acceptable. The Government requires a fully serviced lease. All services, janitorial supplies, utilities and tenant alterations are to be provided as part of the rental consideration. All services, supplies, utilities and tenant alterations are to be provided as part of the rental consideration. The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. The Government shall have access to the space 24 hours a day, 7 days a week. Space should allow for efficient layout and office workflow. Columns must have regular spacing of sufficient distance to support effective design. Contiguous, above-ground space is requested, except as noted below. If all space cannot be contiguous, then 3,944 ABOA square feet may be located in a separate block elsewhere in the building. If space being offered is on a floor above entry level in the building, there must be more than one elevator.� Public Transportation: A commuter rail, light rail or subway station shall be located within the immediate vicinity of the building. An offeror must be registered and active in the System for Award Management (SAM) to respond to a request for lease proposal (RLP). SAM registration is not required prior to responding to this advertisement, but is required at the time of initial offer submission which will be established at issuance of the RLP. Offerors without an active SAM registration at the time of initial offer submission established by the RLP cannot be considered for the procurement. It is recommended that potential offerors register or verify their current registration is active at SAM.gov. Expressions of Interest should include the following: Building name and address and location of the available space within the building. The building site/lot plans, interior building layout drawings/pictures (with dimensions shown preferably) reflecting the space that is being offered. Identification of public transit routes/stops near the property offered. Rentable square feet available, and expected rental rate per rentable square foot, fully serviced. ANSI/BOMA office area (ABOA) square feet to be offered, and expected rental rate per ABOA square foot, fully serviced.� 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. Projected Dates. Expressions of Interest Due: March 17, 2020 Occupancy (Estimated): January 11, 2021 Government Contact. In no event shall the offeror enter into negotiations or discussions concerning the space to be leased with representatives of any Federal Agency other than the officers and employees of the General Services Administration (GSA) or their authorized representative. Submit Expressions of Interest to: Clarissa Mahoney-Pascascio 200 E. Randolph Dr., 44th�Floor, Chicago, IL 60601 tel +1 312-228-2509 Clarissa.Mahoney@gsa.gov��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/610b7e9f9c06456486f198fb59a1417b/view)
 
Record
SN05591359-F 20200319/200317230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.