Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOLICITATION NOTICE

X -- US Government Seeks Office Lease in Boston, MA

Notice Date
3/26/2020 2:17:25 PM
 
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
9MA2202
 
Response Due
4/16/2020 2:00:00 PM
 
Archive Date
05/01/2020
 
Point of Contact
Yolanda F. Morgan-Wells, Phone: 267-815-1309, Sean Lynch, Phone: 617-316-6488
 
E-Mail Address
yolanda.morgan-wells@gsa.gov, sean.lynch@am.jll.com
(yolanda.morgan-wells@gsa.gov, sean.lynch@am.jll.com)
 
Description
General Services Administration (GSA) seeks to lease the following space: State:��MA City:��Boston Delineated Area:��The bulk of the available space that will meet EOIRs requirements are in the suburban office market between Routes 95 and 495 as displayed on the attached map. Areas considered include Interstate Route 495 as western boundary, extending north to I-93, then I-93 south to I-95, and I-95 back to I-495 on the southern/western boundary. Also, in consideration is extending this to MA Route 24 back to I-495. (See attached map.) Minimum/ Maximum�Sq. Ft. (ABOA):��57,972 � 60,871 contiguous Space Type:�Office Parking Spaces (Structured/Reserved):�23 Government wants the right to reserve where the parking is located for safety/security reasons Full Term:�20 years Firm Term:�20 years Renewal Option:�One (1) Five-Year Renewal Total TIA per ABOA (dollars):��$110.00 Total BSAC per ABOA (dollars):��$25.00 Provide proof of financing including a TI Work Letter.� This is not required to respond to this advertisement, but it will be required on or before the initial RLP due date which will be established at a later date. Additional Requirements: Offered space must meet Government requirements for fire safety, accessibility and sustainability standards per the terms of the Lease. A fully serviced lease is required. Subleases are not allowed. Offered space shall not be in the 100-year flood plain unless the Government has determined it to be the only practicable alternative. This procurement will be subject to all the rules, regulations, conditions and specifications stated in the Request for Lease Proposal (RLP) package that will be sent out pursuant to this advertisement. The Government is considering existing buildings and will also consider new construction options if it is competitive with other lease offers. Space must be contiguous. Space cannot be below grade (1st floor or above is required). All plans submitted for consideration must be generated by a Computer Aided Design & Drafting (CADD) program, which is compatible with Autodesk AutoCAD Architecture 2013. All drawings must follow the Agency�s written matrix (provided on request) indicating the layering standard used to ensure all information is recoverable. Floor Plans shall include a proposed corridor pattern for typical floors and/or partial floors, and the space available to this agency clearly delineated. All architectural features of the space must be accurately shown to scale. Consideration will be given to size and configuration of open office space as well as the size, shape, and consistency of the column bays. Building floor plate must be a minimum of 15,000 usable square feet. Column spacing shall be a minimum of 25' on center. Minimum Ceiling height 9� Clear. Loading area required. The lessor shall ensure that public transportation must be available not to exceed � mile from the building being offered. The Agency shall determine if public transportation is sufficient to meet Agency needs. It may be advantageous if an additional separate entrance for Agency clients and/or employees is offered. In order to respond to the Request for Lease Proposals (RLP), the Offeror must have an active registration in the System for Award Management (SAM), via the Internet at https://beta.SAM.gov prior to the Lease Award Date. Offerors must be registered for purposes of �All Awards� (See FAR 52.232-33), including completion of all required representations and certifications within SAM. This registration service is free of charge. �It is strongly recommended that potential offerors register and/or verify/renew their registration as soon as possible.� Expressions of Interest should include the following information at a minimum: Building name and address. Location of the available space within the building and date of availability.� The building interior building layout drawings/pictures (preferably with dimensions shown) reflecting the space that is being offered. Rentable Square Feet (RSF) offered and full service rental rate per RSF.� Indicate whether the quoted rental rate includes an amount for tenant improvements and state amount, if any. ANSI/BOMA office area (ABOA) square feet offered.� Ceiling height details throughout the offered space. Building ownership information. Name, address, telephone number, and email address of authorized representative. Identification of public transit routes/stops near the property offered. 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. 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:�4/16/2020 Market Survey (Estimated):�Late-April / Early May 2020 (contingent upon Coronavirus pandemic situation as tours and travel are currently restricted) Initial Offers Due (Estimated):�Early June 2020 Occupancy (Estimated):�4th Quarter 2021 Send Expressions of Interest to: Name/Title:�Yolanda Morgan-Wells/Senior Associate Email Address:�yolanda.morgan-wells@gsa.gov With a Copy to: Name/Title:�Sean Lynch/Executive Vice President Email Address:�sean.lynch@am.jll.com �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0daed99ddedf4ccd8342a9053227eb7d/view)
 
Place of Performance
Address: Boston, MA, USA
Country: USA
 
Record
SN05601403-F 20200328/200326230145 (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.