AWARD
99 -- 20 Year Term Lease Prospectus Awarded
- Notice Date
- 7/27/2020 9:14:06 AM
- Notice Type
- Award Notice
- NAICS
- 53112
—
- Contracting Office
- PBS R4 ATLANTA GA 30303 USA
- ZIP Code
- 30303
- Solicitation Number
- 6FL0484
- Archive Date
- 08/25/2020
- Award Number
- GS-04P-LFL00407
- Award Date
- 06/25/2020
- Awardee
- HIGHWOODS REALTY LIMITED PARTNERSHIP Tampa FL USA
- Award Amount
- 139818269.20
- Description
- U.S. GOVERNMENT SOLICITATION No. 6FL0484 The General Services Administration (GSA) has a continuing requirement for space currently occupied by a Federal agency in Tampa, Florida.� GSA is seeking Expressions of Interest that may accommodate the agency in accordance with the minimum requirements: State: Florida City: Tampa Delineated Area: POINT OF BEGINNING North � Tampa Bay coastline and W. Spruce Street/W. Columbus Drive East - NE 14th Street to Channelside Drive South - W. Kennedy Blvd (FL Hwy 60) West - Tampa Bay coastline to W. Spruce Street/W. Columbus Drive POINT OF BEGINNING Minimum Required Sq. Ft. (ABOA): 129,785 ABOA SF Maximum Sq. Ft. (RSF): Not to exceed 138,000 RSF Space Type: Office and related space Parking Spaces (Total): 403 � Reserved and secured Full Term: 20 Years Firm Term: 20 Years Option Term: N/A Additional Requirements: The space shall be located in a modern quality building of sound and substantial construction with a facade 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 undergo by occupancy, modernization or adaptive reuse for the space with modern conveniences. A loading dock with dock-high door and dock leveling package is required.� � A single tenant building is required. Space on 25,000 to 40,000 foot floorplates is preferred.� The Government shall have the right to relocate exterior penetrations for security concerns. The Government shall have access to the space 24 hours a day, 7 days a week,�� �days per year. Building must be able to meet Interagency Security Committee Level IV physical security standards upon delivery.� Level IV definition can be found at:� www.dhs.gov/isc-policies-standards-best-practices The site shall have a minimum of 100 foot setback from building to all sidewalks, access streets, parking lots, adjoining streets; a fence surrounding the secured parking area and building meeting the Government specifications is required.� For offered buildings with less than 100� setback, mitigating security measures may be required on a case-by-case basis.� Buildings greater than 3 stories that may require progressive collapse. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease.� The Government shall have the right to mount roof antennas. If offered space is above the ground floor, a minimum of two ABAAS compliant elevators must serve the proposed floor. One of the accessible elevators may be a freight elevator accessible from the loading dock area.� A fully serviced lease is required.� The Government currently occupies leased space within the delineated area due to expire by the required Occupancy Date.� Moving and replication costs will be accounted for when considering offered sites.� Expressions of Interest Submission Instructions/Requirements: Please provide the following basic information and descriptions pertaining to the building you propose for consideration.� � All submissions should include the following information: Name of owner; Age of building; Total existing rentable square feet, and rentable square feet per floor; Site plan depicting the building and parking; Floor plan and gross square footage of proposed space; Identification of on-site parking; Address or described location of building; Location on map demonstrating the building lies within the delineated area; Federal Emergency Management Agency (FEMA) map depicting the property location as it relates to the 100-year floodplain; A narrative and map describing proximity of the building to public transportation, including the nearest bus and/or train stop, and major transportation routes; Evidence of ownership, if building submitted by owner.� Non-Owners (e.g. brokers) must provide evidence of authority granted by property owner to submit the property; and Any information related to title issues, easements, or restrictions on the use of the building. Asking Rental Rates for a full service lease broken down by Shell and Operating Costs. � � Schedule: Expressions of Interest Due: April 8, 2019, 5:00 p.m. EST Market Survey (Estimated): April 16, 2019 RLP Initial Offers Due (Estimated): August 21, 2019 Occupancy (Estimated): December 1, 2020 � Send Expressions of Interest to: Name/Title: Kelly Winn Savills Studley, Inc. 2200 Ross Avenue, Suite 4800 East Dallas, TX� 75201 kelly.winn@gsa.gov Phone:� 972-739-2206 Fax:� 972-739-2216 Erik Weiss Savills Studley, Inc. 3424 Peachtree Road Suite 2100 Atlanta, GA 30326 erik.weiss@gsa.gov Phone: 404-504-0018 Fax: 404-467-0710 Government Contact Lease Contracting Officer Michael Monaghan, General Services Administration Broker Kelly Winn, Savalis Studley, Inc. Broker Erik Weis, Savalis Studley, Inc.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2736da049ca3432abd9dc7cd64428ede/view)
- Place of Performance
- Address: Tampa, FL 33607, USA
- Zip Code: 33607
- Country: USA
- Zip Code: 33607
- Record
- SN05734161-F 20200729/200727230132 (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 |