Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2024 SAM #8380
SOLICITATION NOTICE

X -- General Services Administration (GSA) seeks to lease the following space: Solicitation No. 3MD0437

Notice Date
11/4/2024 8:08:40 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
3MD0437
 
Response Due
11/18/2024 2:00:00 PM
 
Archive Date
12/03/2024
 
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:�Maryland City:�Prince George�s and Montgomery Counties Delineated Area:�Prince George�s and Montgomery Counties Minimum Sq. Ft. (ABOA):�70,252 ABOA SF Maximum Sq. Ft. (ABOA):�73,765 ABOA SF Space Type:�Office/Warehouse/Flex Parking Spaces (Total):�312 Parking Spaces (Surface):�312 Parking Spaces (Structured):�0 Parking Spaces (Reserved):�0 Full Term:�10 years Firm Term:�10 years Option Term:�5 years Additional Requirements: Space must be contiguous. Building must contain a warehouse component with electrical capacity to accommodate 12 large freezers and compressors. Building must have generators located on site. If generators are not presently located on site, building must have the ability to accommodate generators.� Warehouse portion of offered space must have a minimum clear ceiling height of 22 feet. Building must have loading dock for the exclusive use of the Government tenant. This area shall be secured or have ability to be secured. The offered building must have the ability to accommodate ISC Level IV Security Requirements. 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 (Net of janitorial in warehouse and cooling in warehouse portion of space).� 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/warehouse and related space in a building under a lease in Silver Spring, MD 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 November 18, 2024�by 5:00 PM Eastern Time, and should include the following information at a minimum: � Building name and address; � Location of space in the building and date of availability; � Date the building will be ready to begin constructing tenant improvements; � Scaled floor plans (as-built) identifying offered space; � An estimated rental rate, for the firm and renewal terms, per ABOA and rentable square foot, fully serviced and inclusive of a tenant improvement allowances (TIA) of $9.826/ABOA SF (warehouse) and $58.956/ABOA SF (office). � 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:�November 18, 2024 Market Survey (Estimated):�December 2024 Occupancy (Estimated):�10/01/2025 Send Expressions of Interest to: Name/Title:�Brad Seifert/Broker Contractor Address: 2445 M Street, NW,�Suite 510, Washington, DC 20037 Cell: (703) 582-1807 Email Address:�Bradford.seifert@gsa.gov And To: Name/Title:�Hunter Powell/Broker Contractor Address:�2445 M Street, NW,�Suite 510,�Washington, DC 20037 Cell:�(504) 301-7139 Email Address:�Hunter.powell@gsa.gov Government Contact Information Lease Contracting Officer:�Kevin Morrison Leasing Specialist:�Michael Gerrior Broker:�Public Properties
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/832ab0616b0f40008c63b008ac829612/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN07256184-F 20241106/241104230101 (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.