SOLICITATION NOTICE
X -- General Services Administration (GSA) seeks to lease the following space: Solicitation No. 1VA2366
- Notice Date
- 2/9/2024 8:38:31 AM
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- PBS R00 CENTER FOR BROKER SERVICES WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 1VA2366
- Response Due
- 2/19/2024 2:00:00 PM
- Archive Date
- 03/05/2024
- Point of Contact
- Brad Seifert, Phone: 2026524192, Hunter Powell, Phone: 5043017139
- E-Mail Address
-
bradford.seifert@gsa.gov, hunter.powell@gsa.gov
(bradford.seifert@gsa.gov, hunter.powell@gsa.gov)
- Description
- Presolicitation Notice/Advertisement� � � � � � � � � � GSA Public Buildings Service� � � � � � � � � � � � � � � � � � � U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State:�Virginia City:�Lorton Delineated Area: North: Interstate Route 95 and Rt 286; West: Pohick Rd (Rt 638); South: Richmond Hwy (Rt 1); East: Telegraph Rd (Rt 611). Minimum Sq. Ft. (ABOA):�25,185 Maximum Sq. Ft. (ABOA):�26,444 Space Type:�Warehouse and Office Parking Spaces (Total):�20 Parking Spaces (Surface):�20 Parking Spaces (Reserved):�20 Full Term:�10 Years Firm Term:�10 Years Option Term:�5 Years Additional Requirements: Above ground, contiguous space is required. Building must accommodate warehouse and office space. Ceiling height of 9�-0� clear height for office and 20�0� clear height for warehouse is required. For effective space utilization, a minimum of 20 feet column spacing� between structural elements is required. Approximately 2,000 ABOA SF of office space and 23,185 ABOA SF of warehouse space is required. Offered building must have a minimum of two (2) loading docks. Warehouse space must have a minimum live load capacity capable of accommodating 2000 pounds per square feet. The loading area at all loading docks must be paved and able to accommodate a turning radius of 56 foot truck trailers. The Contracting Officer may require that the offeror demonstrate ability for trucks to successfully maneuver the loading area through a truck turning radius diagram on a site plan. 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 1-percent-annual chance floodplain (formerly referred to as �100-year� floodplain). 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/FAR-Case-2019-009/889_Part_B. The U.S. Government currently occupies office and related space in a building under a lease in Lorton, Virginia, that will be expiring.� The Government is considering alternative space if economically advantageous.� In making this determination, the Government will consider, among other things, the availability of alternative 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 of tenant improvements and telecommunication infrastructure, and non-productive agency downtime. 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 reserves the right to disregard as inadequate any responses to this notification that fail to include the property-specific information listed below as being mandatory submissions in responding to this notification. Not all minimum requirements are reflected in this advertisement. At this time, the Government is only considering existing buildings. New construction options may be considered only if the building can meet the required delivery date for occupancy. Expressions of Interest must be received in writing no later than February 19, 2024 by 5:00 PM Eastern Time, and should include the following information at a minimum: Building name, age, and address? Location of space in the building and date of availability? ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor) and its condition (shell, or built-out, and if so for whom); Date the building will be ready to begin constructing tenant improvements; � Scaled floor plans (as-built) identifying offered space? Estimated rental rate per ABOA and rentable square foot (RSF), inclusive of a standard GSA �warm- lit shell�, for non-incumbent buildings include a tenant improvement allowance (TIA) of $9.8260/ABOA SF for the warehouse space and $49.13/ABOASF for the office space only and a BSAC allowance of $12.00/ABOASF. A description of additional tenant concessions offered, if any; Information on building ownership; and Name, address, telephone number, and email address of authorized contact. 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. Expressions of Interest Due:�February 19, 2024 Market Survey (Estimated):�February 2024 Occupancy (Estimated):�July 15, 2024 Send Expressions of Interest to: Name/Title:�Brad Seifert, Broker Contractor Address:�2445 M Street, NW, Suite 510,�Washington, DC 20037 Email Address:�Bradford.seifert@gsa.gov And to: Name/Title:�Hunter Powell, Broker Contractor Address:�2445 M Street, NW, Suite 510,�Washington, DC 20037 Email Address:�Hunter.powell@gsa.gov Government Contact Information Lease Contracting Officer:�Jason Adams Leasing Specialist:�Michael Beard Broker:�Public Properties
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7678240ee60b4630880f2c68c66ab71c/view)
- Place of Performance
- Address: Lorton, VA, USA
- Country: USA
- Country: USA
- Record
- SN06961494-F 20240211/240209230052 (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 |