Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2006 FBO #1621
SOLICITATION NOTICE

X -- U.S. GOVERNMENT SEEKS SOURCES FOR LEASED OFFICE AND RELATED SPACE IN DORADO, PUERTO RICO

Notice Date
5/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Trammell Crow Services, Inc., 8444 Westpark Drive, Suite 320, McLean, VA, 22102
 
ZIP Code
22102
 
Solicitation Number
3PR0025
 
Response Due
5/20/2006
 
Archive Date
6/4/2006
 
Description
United States Government Seeks Sources for Leased Office and Related Space Requirement: United States Government is seeking to lease office and related space consisting of approximately 8,557 to 8,986 square feet of BOMA/ANSI rentable square feet. Rentable space must yield 7,131 to 7,488 of usable square feet, available for use by tenant for personnel, furnishings, and equipment within the Central Business District of Dorado, Puerto Rico, and as further delineated below. The building offered must be in a Class A, modern, state-of-the-art professional office building, fully operational mechanical and electrical installations, and capable of meeting the minimum Federal Fire Safety and Handicap requirements. The proposed property should be located in a professional office type environment with comparable security available surrounding the property offered by other compatible properties in this rental market. The Government reserves the right to determine acceptability of the offered property as to the building?s structural integrity; the highest safety, energy efficient installations; aesthetic appearance, the security installations, the security of its surrounding areas, accessibility of the property to major highways and roads, the availability of public transportation, and its location within a know central business district of Dorado Area. Unique Requirements: Emergency portable water supply, and emergency electric back up power with the capability to sustain office operations for five (5) working days. Parking offered properties must provide parking with a minimum forty-five (45)to fifty(50) commercial parking spaces for the exclusive use of employees and visitors either on-site, adjacent to the building being offered, and the balance in a commercial parking establishment for use by visitors. Any off-site parking must be located within two blocks of the building offered. Preference will be given to those offers providing a minimum of forty-five (45) parking spaces parking spaces at no additional cost to the Government. Any off-site parking must be located within two blocks of the building offered. Preference will be given to those offers providing a minimum of thirty (30) parking spaces parking spaces at no additional cost to the Government. Preference will be given to those offers whose space is located above the ground floor level. Preference will be given to those offers for space located all on one contiguous floor level. Space on not more than two contiguous floors will be considered where the office general space will be located on one floor and the storage and or/ multipurpose room will be located on the other floor. Basement or below grade space is unacceptable. Space offered should be no more than twice as long as it is wide. A minimum width and column spacing of 25 feet is preferred. The Government does not occupy space within a flood plain. Please submit proof/certification that property is not located within a flood plain. Location: Offered properties must be located within the delineated area as follows: North: Route 693 East: Route 165 South: Road 22 West: Route 6696 south to Route 695. Occupancy Date: Space must be ready for occupancy and delivered to the Government within one hundred and fifty (150) days for existing space or two hundred and eighty (280) days for new construction from either a lease award date and/or receipt by the Lessor of the final approved design intent plans. Lease term: The lease term will be for ten (10) years, five (5) years firm and one additional five year renewal term. The Government has termination rights of the lease at any time after the fifth (5th) year on 30 days prior written notice to the Lessor. Expressions of interest should include the following: 1) Building name and address 2) BOMA/ANSI Rentable square feet & rentable annual basic rental rate per square foot 3) Method of measurement used to determine rentable square feet 4) Common Area Factor(s) for available space by floor 5) Fire Safety, and Handicap features 6) Location, and number of parking spaces available to the Government at no cost. This ad will open May 6, 2006, please submit all offers by no later than May 20, 2006 to: Robert Lipman as Agent for US General Services Administration The Crown Partnership, Inc. 8444 Westpark Drive, Suite 320 McLean, Virginia 22102 INTERNET:robert.lipman@crownpartnership.com Fax: (775) 637-5251 With a Copy To: Pedro Fuste Realty Management Group Fax (787) 622-3196 INTERNET: fustross@prtc.net PLEASE REFERENCE PROJECT #3PR0025
 
Place of Performance
Address: DORADO, PR
Country: USA
 
Record
SN01040349-W 20060505/060503221229 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.