SOLICITATION NOTICE
X -- General Services Administration (GSA) seeks to lease the following space:
- Notice Date
- 10/29/2020 1:23:30 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
- 8DC2596
- Response Due
- 11/13/2020 1:00:00 PM
- Archive Date
- 11/30/2021
- Point of Contact
- Todd Valentine, Phone: 2026248531, Emmett Miller, Phone: 2026248517
- E-Mail Address
-
todd.valentine@gsa.gov, emmett.miller@gsa.gov
(todd.valentine@gsa.gov, emmett.miller@gsa.gov)
- Description
- U.S. GOVERNMENT Solicitation 8DC2596� � � � � Prospectus PDC-10-WA19 General Services Administration (GSA) seeks to lease the following space: State:� National Capital Region (Northern Virginia, Suburban Maryland, Washington, DC) City: Various Delineated Area: Northern Virginia: Arlington, Fairfax, Loudoun, and Prince William Counties and the incorporated towns of Alexandria, Fairfax, Falls Church, Herndon, Vienna, or Manassas. Suburban Maryland: Montgomery or Prince George�s County. Washington, DC: The Central Employment Area (CEA) of the District of Columbia Minimum Sq. Ft. (ABOA):� 143,109 Maximum Sq. Ft. (RSF): 171,731� Space Type:� Office / Flex Parking Spaces (Total):� 4 Official Government Vehicles Parking Spaces (Surface):� Per local code Parking Spaces (Structured):� Per local code Parking Spaces (Reserved):� 4 Full Term:� 20 years Firm Term:� 20 years �Option Term:� N/A Additional Requirements: All offered space must be contiguous and located on no more than three (3) floors. Main entrance of the building must be located within 2,640 walk-able linear feet from a Metrorail Station or a light rail station that provides a direct connection to a Metrorail station, operable by the required occupancy date. Building must have the ability to meet ISC Level IV security requirements and may necessitate the need for the Government to control and monitor the parking garage. Minimum column spacing of 25� X 25� on center. Approximately 48,882 ABOASF�of space will require higher than normal floor load capacity for high density filing. Direct access to a freight elevator (dedicated for sole government use) and three (3) loading dock bays. Offered buildings must be able to meet all Government requirements contained in the RLP/Lease to be issued, including but not limited to requirements for fire-safety, amenities, sustainability, and handicapped access in accordance with ABAAS guidelines.� Offered space shall not be in the 100-year flood plain.� In the event that a potentially acceptable offer fails to provide required information as part of its response to this notification, the Government reserves the right to assume that the building in question cannot meet the Government�s requirements. -A variety of inexpensive or moderately priced fast-food and/or eat-in restaurants and other employee services, such as retail shops, cleaners, and banks shall be located within�the immediate vicinity of the Building, as determined by the LCO, but generally not exceeding 2,640 walk-able linear feet.� The proposed leased space shall be fully serviced.� -Not all minimum requirements are stated in this advertisement. -Submission by anyone other than the owner or manager of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. -Any agent offering properties on behalf of more than one owner must present waivers of conflicts of interest representations from each of the individual owners whose property is being offered by the agent. Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction.� In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any Federal agency other than the authorized officers and employees of the General Services Administration (GSA) or their authorized representative, Savills Inc. Expressions of Interest must include the following information: Building name & address; Contact information and E-mail address of Lessor�s Representative;��� BOMA rentable & ABOASF available; Rate per ABOASF and RSF on a full service basis, inclusive of a minimum Tenant Improvement Allowance (TIA) of $58.96 per ABOASF and a Building Specific Amortized Capital (BSAC) Allowance of $35.00/ABOASF, meeting GSA�s standard building shell requirements. Additionally, the Government may require an additional TIA of up to $20/ABOASF to complete the project; Minimum finished ceiling height and column spacing on offered floors; Number of parking spaces available on the premises; Name of ownership entity and, if applicable, parent company; Scaled floor plans (as-built) identifying offered space; Evidence that the offered space can be prepared with tenant improvement completion no later than 3rd�Quarter 2024. Expressions of Interest Due:� November�13, 2020 Market Survey (Estimated):� November/December 2020 Offers Due:� January/February�2021 Occupancy (Estimated):� 3rd Quarter 2024 Send Expressions of Interest to: Name/Title:� Emmett Miller Vice Chairman Savills Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8517 Email Address: Emmett.miller@gsa.gov Name/Title: Todd Valentine Senior Managing Director Savills Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8531 Email Address: todd.valentine@gsa.gov Government Contact: Lease Contracting Officer: Maria Del Carmen Medina Lease Contracting Specialist: Bettina Yeh Broker: Emmett Miller and Todd Valentine
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a5c5e335725845bc9043f718816b0091/view)
- Place of Performance
- Address: Washington, DC 20006, USA
- Zip Code: 20006
- Country: USA
- Zip Code: 20006
- Record
- SN05841055-F 20201031/201029230149 (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 |