SOURCES SOUGHT
X -- Request for Information Quotes for Warehouse, Office and Related Space in Northern Virginia
- Notice Date
- 1/6/2009
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - The Staubach Company, 8484 Westpark Drive, Suite 150, McLean, Virginia, 22102
- ZIP Code
- 22102
- Solicitation Number
- 7VA2099
- Archive Date
- 2/4/2009
- Point of Contact
- Tracy Bibbens, Phone: 202-719-6123
- E-Mail Address
-
tracy.bibbens@am.jll.com
- Small Business Set-Aside
- N/A
- Description
- Requirement: United States Government is seeking potential sources for approximately 100,000 to 120,000 rentable square feet of space. The rentable space shall yield a minimum of 100,000 ANSI/BOMA Office Area (previously Usable) square feet to a maximum of 120,000 ANSI/BOMA Office Area square feet, and 45 parking spaces available for use by tenant for personnel, furnishings, and equipment. This space shall be divided into office area, approximately 6,000 ANSI/BOMA Office Area Square Feet, and warehouse area, approximately 94,000 to 114,000 ANSI/BOMA Warehouse Area Square Feet. Space shall be located in Springfield/Newington/Lorton area of Virginia. Offered properties should be in an office, research, technology or business park within Fairfax County. Free standing building that is modern in design on a site containing one mixed use building that is professional in appearance. The surrounding development shall be well-maintained and in consonance with a professional image and readily accessible to routes I-95, I-395 and I-495. Additionally, the space must meet all current applicable Federal, State, and Local government building codes and regulations including, but not limited to, fire and life safety, accessibility, OSHA, seismic protection, and zoning. The zoning for the site offered must be Existing or Approved (“I” or “E”) and may not be Pending. 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, and its location within Springfield/Newington/Lorton area of Virginia. Unique Requirements •ESFR sprinkler system must be installed; •Site shall require no unusual mitigation measures to meet the project’s security requirements; •Location in a prime commercial office district or office park; •Currently zoned for use compatible with Government’s proposed use; •No known zoning or other restricting ordinances (e.g. height limitations) that would unnecessarily restrict facility design; •Easements do not encroach on secure portion of site; •Convenient access to major traffic arteries (within 3 miles of 4 lane highway); •On site or easy access to public utilities such as power, water, sanitary sewer, telephone, cable TV, and fiber optics; •Capable of providing two independent remote means of egress; •Site with more regularly shaped (rectangular, square, etc.) buildable area to meet specific project size are encouraged; •Site is level with or higher than adjacent sites, facilities, or roadways. •Outside any 100-year flood plain; •Minimum ceiling height of 30 - 35 feet; •1.5 acre ware yard; •20 foot setback requirements; •Past performance of key personnel and development team (the Offeror would have to supply references); •Site must allow adequate room for 53’ truck turn around; •LAN room shall be 400 square feet and shall maintain a temperature of 70 degrees. •12 loading dock doors: 10 loading docks with dock levelers and two drive through ramps. •Painted sealed walls. Lease Term: The lease term is for ten (10) years firm, with two five (5) year renewal options. Expressions of interest should include the following: 1.Building name and address 2.Rentable square feet or ANSI/BOMA Office Area (previously useable) square feet 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 Please submit all information by no later than January 20, 2009 to: Matt Witlin Jones Lang LaSalle 575 7th Street, NW, Suite 400 Washington, DC 20004 (202) 639-4542 Matt.witlin@am.jll.com DISCLAIMER: This Request for Information (RFI) is not a solicitation for offers, nor is it a request for proposals. A solicitation for offers may be issued by the General Services Administration at a later date. This RFI is issued solely for information and planning purposes only. In accordance with FAR 15.20(e), responses to this request are not offers and cannot be accepted by the Government to form a binding contract. This RFI does not constitute a commitment to award a Lease based on responses to this request. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c4ccaa2be9cbb872c6cbb654d92bb4e0&tab=core&_cview=1)
- Place of Performance
- Address: General Services Administration, Potomac Service Center, 301 7th Street, SW, Room 6646, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN01727807-W 20090108/090106221056-c4ccaa2be9cbb872c6cbb654d92bb4e0 (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 |