SOLICITATION NOTICE
X -- U.S. GOVERNMENT Solicitation # 8DC2717 General Services Administration (GSA) seeks to lease the following space:
- Notice Date
- 6/8/2022 12:11:06 PM
- Notice Type
- Presolicitation
- NAICS
- 53112
—
- Contracting Office
- PBS CENTRAL OFFICE - BROKER SVCS WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 8DC2717
- Response Due
- 8/13/2020 1:00:00 PM
- Archive Date
- 06/08/2022
- Point of Contact
- Todd Valentine, Phone: 2026248531, Bryant F. Porter, Phone: 2026248515
- E-Mail Address
-
todd.valentine@gsa.gov, bryant.porter@gsa.gov
(todd.valentine@gsa.gov, bryant.porter@gsa.gov)
- Description
- State:� District of Columbia City:� Washington Delineated Area: NoMa submarket of Washington, DC - From the intersection of New Jersey Ave, NW and Massachusetts Ave, NW: north along New Jersey Ave, NW, east along H Street, NW to North Capitol Street, north along North Capitol Street to Q Street, NE, east on Q Street, NE to Eckington Place, NE, northeast on Eckington PIace, NE to R Street, NE, east on R Street, NE to 3rd Street, NE, north on 3rd Street, NE to T Street, NE, east on T Street, NE, to the railroad, southwest along the railroad to New York Avenue, NE, northeast on New York Avenue, NE to Penn Street, NE, southeast on Penn Street, NE to 6th Street, NE, southwest on 6th Street, NE to Florida Avenue, NE, northwest on Florida Avenue, NE to 4th Street, NE, south on 4th Street, NE to M Street, NE, west on M Street, NE to 3rd Street, NE, south on 3rd Street, NE to K Street, NE, and west on K Street, NE to 2nd Street, NE, south along 2nd Street, NE, to Massachusetts Ave, NE, northwest on Massachusetts Ave to New Jersey Ave, NW. Minimum Sq. Ft. (ABOA): 41,846 Maximum Sq. Ft. (RSF): 1) 50,110 RSF for space requiring relocation and construction to meet agency's program of requirements; 2) 58,985 RSF for current space Space Type: Office Parking Spaces (Total): To code Parking Spaces (Surface): To code Parking Spaces (Structured): To code Parking Spaces (Reserved): 0 Full Term: 15 years Firm Term: 15 years �Option Term: 0 Years Additional Requirements: Offered space must above grade. Offered space must be contiguous, with the exception of 2,000 ABOASF which will be used for a public hearing room. A Metrorail Station must be located within 2,640 walk-able linear feet from the main entrance of the offered building. Building must have the ability to meet ISC Level II security requirements. The Government currently occupies office and related space at 800 North Capitol Street, NW, Washington, DC, under an expiring lease and will consider 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 to determine whether to compete the lease requirement and possibly move to a smaller space of approximately 50,110 RSF (41,846 ABOA SF) or pursue a sole source justification to remain at its current location in its existing square footage of 58,985 RSF (50,178 ABOA SF).� 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 and alterations of tenant improvements, telecommunications and information technology infrastructure, and non-productive agency downtime. The Government is seeking expressions of interest from sources of office and related space between 41,846 to 50,178 ANSl/BOMA Office Area (�ABOA"") square feet of office and related space as described above, located in a single building. The Government requests an expression of interest from the current landlord for an additional 15 year lease of the existing space and will compare that to expressions of interest for a reduced footprint lease in a new location. The Government tenant is the U.S. Federal Maritime Commission. The comparison between the existing space and any offers for the reduced footprint will consider, among other things, the availability of special space that can satisfy the Government's requirements, including a public hearing room approximately 2,000 ABOASF in size, which does not have to be contiguous to the remainder of the space. The public hearing room includes a raised dais and the finished ceiling height within this area must be at least 9-feet. 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.� Space shall be located within a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use.� Offered space shall not be in the 100-year flood plain.� Not all minimum requirements are stated in this advertisement. Offered buildings must be located within 2,640 walkable linear feet (wlf) from a Metrorail station measured along accessibility compliant, paved pedestrian pathways from a main entrance of the offered building to the accessibility compliant entrance to the Metrorail station.� A variety of inexpensive or moderately priced fast-food and/or eat-in restaurants and other employee services, such as retail shops, drycleaners, and banks shall be located within�the immediate vicinity of the Building, as determined by the Lease Contracting Officer, but generally not exceeding 2,640 walk-able linear feet.� The proposed leased space shall be fully serviced. 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 should include the following: 1) Building name & address 2) Contact information and E-mail address of Lessor�s Representative��� 3) BOMA rentable & ABOASF available 4) Rate per ABOASF on a full service basis, including a Tenant Improvement (�TI�) allowance of $58.96 per ��ABOASF and a $25.00 per ABOASF Building Specific Amortized Capital (�BSAC�) allowance included in this rate 5) Number of parking spaces available on the premises 6) Name of ownership entity and, if applicable, parent company 7)� Evidence that the offered space can be prepared with tenant improvement completion no later than October 31, 2022 8) Any additional offered concessions 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 FMC�s requirements. Expressions of Interest Due: August 13, 2020 Market Survey (Estimated): September 2020 Initial Offers Due: November 2020 Occupancy (Estimated): October 2022 Send Expressions of Interest to: 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 Name/Title: Bryant Porter Associate Director Savills Inc. Address: 1201 F Street, NW Suite 500 Washington, DC 20004 Office: 202-624-8515 Email Address: Bryant.Porter@gsa.gov Government Contact: Lease Contracting Officer: Theresa Singleton
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1cde53cd46a440ca5b8072f91b08595/view)
- Place of Performance
- Address: Washington, DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN06351393-F 20220610/220608230119 (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 |