Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOLICITATION NOTICE

X -- Seeking Office Space in Marion Ohio

Notice Date
1/25/2024 1:38:38 PM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R5 OFFICE OF LEASING CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
1OH2236a
 
Response Due
2/23/2024 2:00:00 PM
 
Archive Date
03/09/2024
 
Point of Contact
Chynita Richards, Phone: 3133306051, Thomas J. Nisivaco, Phone: 3125193561
 
E-Mail Address
chynita.richards@gsa.gov, thomas.nisivaco@gsa.gov
(chynita.richards@gsa.gov, thomas.nisivaco@gsa.gov)
 
Description
Solicitation for Offers: 1OH2236 Procurement Type: Pre-solicitation Date Posted:� 1/25/2024 Statement of Requirements:� The Government is seeking to lease office and related space in Marion, OH for a minimum of 6,897 ANSI/BOMA Office Area (ABOA) to a maximum of 7,587 ABOA square feet. GSA will be using the Lease Offer Platform (LOP) Application for this procurement. LOP will enable Offerors to electronically offer space for lease to the Federal Government, through the Requirement Specific Acquisition Platform (RSAP). The offer submission process is web-enabled, allowing all registered participants to submit and update offers to lease space to the Government in response to a single RLP for a specific space requirement. City, State: Marion, OH Delineated Area: City Limits of Marion Ohio Minimum Sq. Ft. (ABOA): 6,897 Maximum Sq. Ft. (ABOA): 7,587 Space Type: Office and Related Space Parking Spaces (Total): 0 Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 10 years Firm Term: 5 years Option Term: N/A Additional Requirements: Space shall be located in a professional office setting and preferably not within close proximity to residential areas, railroad tracks or power transmission lines. Space will not be considered where any living quarters are located within the building. Space should not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities. Employee and visitor entrances of the building must be connected to public sidewalks or street by continuous, accessible sidewalks. Regularly scheduled public transportation (if provided by municipality) during the workday is required within 2 city blocks or 600 feet, whichever is less. Parking must be available per local code and be available within walkable 2 blocks or 600 feet from the building. The parking-to-square-foot ratio available on?site shall at least meet current local code requirements. Restricted or metered parking of two hours or less within the two block area of the space does not meet parking requirements.� Subleases are not acceptable. Office space must be contiguous, on one floor. Space configuration shall be conducive to an efficient layout.� Consideration for an efficient layout will include, but not be limited to the following:� size and location of interior fire (support) walls, size and number of columns, column placement, bay depths, window size and placement, convector size and placement, electrical and telephone accessibility, and angles, curves or offsets that will result in an inefficient use of space. The following space configurations will not be considered:� Space with atriums (that interrupt contiguous space) or other areas that do not provide for contiguous space, extremely long or narrow runs of space (more than twice as long as wide), irregularly shaped space configurations or other unusual building features adversely affecting usage. Column size cannot exceed two (2�) feet square and space between columns and/or walls cannot be less than twenty (20�) feet The offered space must meet or be capable of meeting Government requirements for Security, Fire Life Safety and Handicapped Accessibility. If space offered is above ground level, at least two (2) accessible elevators will be required. 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. The Government will have access to the space 24 hours a day, 7 days a week.� Normal hours of operation are Monday through Friday 7:00 a.m. to 6:00 p.m. (excluding Saturdays, Sundays and Federal Holidays). � Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR). ). For more information, visit: https://acquisition.gov/FARCase-2019-009/889_Part_B. Expressions of Interest Due: February 23, 2024 Occupancy (Estimated): August 12, 2024 Expressions of Interest should include the following: 1.�������� 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. 2.�������� Identification of public transit routes/stops near the property offered. 3.�������� Rentable square feet available, and expected rental rate per rentable square foot, fully serviced. 4.�������� 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. 5.�������� Date of space availability. 6.�������� Building ownership information. 7.�������� Amount of parking available on-site and its cost.� Include whether expected rental rate includes the cost of the required Government parking (if any). 8.�������� Energy efficiency and renewable energy features existing within the building. 9.�������� List of building services provided. Government Contact Information Lease Contracting Officer: Thomas Nisivaco Leasing Specialist: Chynita Richards 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: Chynita Richards, Leasing Specialist (313) 330-6051 Chynita.richards@gsa.gov Thomas Nisivaco, Lease Contracting Officer Thomas.nisivaco@gsa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/420eabed57b84e8ba3d4d826b1e65702/view)
 
Place of Performance
Address: Marion, OH, USA
Country: USA
 
Record
SN06945300-F 20240127/240125230041 (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.