SOLICITATION NOTICE
X -- US Government Seeks Expressions of Interest in Rockville, MD
- Notice Date
- 4/6/2009
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - Jones Lang LaSalle Americas, Inc., 1801 K Street NW, 10th Floor, Washington, District of Columbia, 20006-4044
- ZIP Code
- 20006-4044
- Solicitation Number
- 8MD2155
- Archive Date
- 5/9/2009
- Point of Contact
- Joe Judge, Phone: 301-214-6202, Chad Habeeb, Phone: 202-719-5899
- E-Mail Address
-
joe.judge@am.jll.com, chad.habeeb@am.jll.com
- Small Business Set-Aside
- N/A
- Description
- UNITED STATES GOVERNMENT Expressions of Interest Rockville, Maryland Project Number: 8MD2155 The General Services Administration, Public Buildings Service (PBS), Metropolitan Service Center, 1099 14th Street, NW, Suite 200W, Washington, DC, 20005. The UNITED STATES GOVERNMENT is seeking expressions of interests for approximately 50,125 rentable square feet (rsf) of laboratory space. The laboratory space must meet Bio Safety Level 2 (BSL-2) standards for a chemical and molecular biological laboratory with single pass air requirements. The delineated area for this requirement is: •To the north: Muddy Branch Road to I-270 to I-370 •To the east: Crabbs Branch Way to E. Gude Drive to Norbeck Road to Viers Mill Road to Connecticut Avenue. •To the south: Western Avenue following the border of Southern Maryland up to the Clara Barton Parkway. •To the west: Seven Locks Road to Wooten Parkway to Darnestown Road to Great Seneca Highway to Muddy Branch Road. Due to mission related needs of the agency, the location is required to be as close as possible to 9800 Medical Center Drive, Rockville, MD based on the following; 9800 Medical Center currently houses the agency’s research, scientists and a Kalypsys Integrated Screening System robotic equipment custom made to the agency’s specifications, valued at approximately $30 million dollars, needed to fulfill this new space request requirement. The collaboration of these scientists, the current collaborative research, the robotic equipment and the expertise to run this equipment are presently located at 9800 Medical Center Drive in 59,662 rentable square feet and will not be moved. Collaboration between NIH scientists that will be housed in the space to be acquired with respect to this advertisement and those NIH scientists located at 9800 Medical Center Drive is mission critical. The 50,125 rsf BSL-2 standard laboratory space needed, must meet the following minimum requirements: The proposed building must include a Nuclear Magnetic Resonance (NMR) Spectrometer Room with very stringent vibration criteria, and single-pass air requirements with the necessary infrastructure to house at least forty-one (41) fume hoods. Included in this count of fume hoods are one (1) 4-foot fume hood and twelve (12) 8-foot fume hoods that shall be equipped with two (2) 12 feet hinged glass plates to the right and left of the center vertical rising sash to minimize the air flow requirements. All fume hoods must have a minimum clear inside working depth of 33 ¾ inches to accept the User’s scientific equipment. The Lessor’s expense is to provide the necessary infrastructure to its building systems and everything above the ceiling plane, including the ceiling and anything mounted in the ceiling (HVAC, exhaust, lighting piping etc.) to meet the Government’s requirement. Construction and installation of items below the ceiling plane (Fume hoods, casework, finishes other than ceiling, waist piping etc.) will be the Government’s expense. The laboratory space must be ready for occupancy by July 1, 2010. Offerors should note that in its price evaluation, the Government will consider the total value of improvements and/or laboratory equipment/fixtures that are included in each offeror’s proposal that meets the tenant agency’s requirements. The value of any improvements and/or laboratory equipment/fixtures that meets the Government’s requirements will be considered in the price evaluation in order to reduce the overall cost to the Government to build out and occupy the space. The building must be located outside of any 100-year floodplain. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current Federal, State, and Local codes and regulations including, but not limited to, fire and life safety, accessibility, OSHA. In the event that a potential offeror fails to provide specific rental rate or other required information as part of its response to this advertisement, the Government reserves the right to assume that the building in question cannot meet the Government’s requirements. The lease term requirement is ten (10) years firm and must be a fully serviced lease. Parking requirements will follow local code. The Government is using a tenant broker to represent them in lease negotiations for this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any federal agency other than the authorized officers and employees of the GSA or their authorized representative, Jones Lang LaSalle Americas, Inc. Please send expressions of interest for evaluation purposes to the Government’s Broker: Joe Judge, Senior Vice President, Phone: 301-214-6202 Fax: 301-214-1145, joe.judge@am.jll.com, Jones Lang LaSalle. Expressions of Interest must be submitted to the above address in writing by 4:30pm on April 24, 2009, and must include the following information in order to be deemed compliant and be eligible for further consideration: 1. Building name and address. 2. Building ownership information. 3. Space available, it’s location within the building and its condition (shell or built-out). 4. Date of space availability. 5. Rentable square feet available and expected rental rate per rentable square foot, fully serviced. 6. Amount of parking available on-site and its cost – indicate whether the rental rate includes the cost of the required Government parking. 7. List of building services and amenities provided, if any. 8. Confirmation that the building meets or has the potential to meet all the above listed agency requirements. 9. A list of any improvements and/or laboratory equipment/fixtures at the offered site. The Government’s decision regarding whether or not to solicit offers will be based, in part, on complete information received in response to this advertisement. In the event that your response to this ad fails to provide the required information the Government reserves the right to assume that the building in question cannot meet the Government’s requirements. Points of Contact Joe Judge, Senior Vice President, Phone: 301-214-6202 Fax: 301-214-1145, joe.judge@am.jll.com, Jones Lang LaSalle. Chad Habeeb, Leasing Specialist, Phone 202-719-5899, Fax 312-821-4864, Email Chad.Habeeb@am.jll.com, James Phelan, Contracting Officer, Phone: 202-219-1886; jim.phelan@gsa.gov, General Services Administration, 1099 14th Street NW, 200 W, Washington, DC, 2005 Place of Performance Address: The General Services Administration, Public Buildings Service (PBS), Metropolitan Service Center, 1099 14th Street, NW, Suite 200W, Washington, DC, 20005 Country: UNITED STATES Please reference project Number: 8MD2155.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d6e43b1e69ce4919c756fd8149cba234&tab=core&_cview=1)
- Record
- SN01786335-W 20090408/090406215946-d6e43b1e69ce4919c756fd8149cba234 (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 |