SOLICITATION NOTICE
X -- RECOVERY ACT X -- U.S. GOVERNMENT SEEKS TO LEASE APPROXIMATELY 288,255 RSF (YIELDING A MINIMUM OF 250,654 ANSI/BOMA OFFICE AREA SQUARE FEET OF OFFICE SPACE IN WASHINGTON, DC
- Notice Date
- 8/29/2009
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB Contractor - Julien J. Studley, Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, District of Columbia, 20004
- ZIP Code
- 20004
- Solicitation Number
- 9DC2337
- Point of Contact
- Neil Levy, Phone: 202-624-8501, Julie M. Rayfield, Phone: 202-624-8532
- E-Mail Address
-
nlevy@studley.com, jrayfield@studley.com
(nlevy@studley.com, jrayfield@studley.com)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address General Services Administration, Public Buildings Service (PBS), 7th & D Streets, SW, Room 7660, Washington, DC, 20407 REQUIREMENT: The United States Government seeks to identify sources and receive information on available office and related space within the Standard Delineated Area for Washington, DC (inclusive of the Central Employment Area, NOMA, and the Southwest Waterfront). The Government is seeking sources of available office and related space for lease of approximately 288,255 rentable square feet of contiguous space, which shall yield a minimum of 250,654 ANSI/BOMA Office Area square feet of contiguous office and related space in a single building. The Government seeks a lease for a period of seven (7) years with floor-by-floor termination rights effective anytime after the conclusion of lease year five (5). The Government intends to use this information from prospective sources to issue a Solicitation for Offers. A portion of the lease or lease related costs may be funded through the American Recovery and Revitalization Act. LOCATION: All properties submitted to the Government must be located within the Standard Delineated Area for Washington, DC (inclusive of the Central Employment Area, NOMA, and the Southwest Waterfront). Requests for a detailed description of the standard Delineated Area should be addressed to the Contactor below. LEASE TERM: Seven (7) years with floor-by-floor termination rights effective anytime after the conclusion of lease year five (5) EXPRESSIONS OF INTEREST MUST BE RECEIVED IN WRITING NO LATER THAN SEPTEMBER 4, 2009 AND SHOULD INCLUDE THE FOLLOWING INFORMATION: 1) Building name & address; 2) Contact information and E-mail address of Lessor’s Representative; 3) BOMA rentable & usable SF available (identifying the specific floors and square footage on each (with Common Area Factor); 4) Asking rental rate range per RSF (based on GSA Warm Lit Shell and Tenant Improvement Allowance of $42.08 per USF); and 5) Evidence that the offered space will be ready for the commencement of tenant improvements in accordance with the required schedule set forth below. AUTHORIZED CONTACTS: In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the officers and employees of General Services Administration (GSA) or their authorized representative, Studley, Inc. PROJECT SCHEDULE/OCCUPANCY: The Government requires that approximately 120,383 usable square feet of space be available for the commencement of tenant improvement construction by January 2010, with the balance of the space available for the commencement of tenant improvement construction by March 2010, and a phased occupancy commencing with approximately 120,383 usable square feet by December 2010 and completing occupancy of the balance by February 2011. EMAIL INFORMATION to Studley, Inc., Attn: Julie Rayfield, jrayfield@studley.com and Angela Cordovez, acordovez@studley.com. CONTRACTING OFFICE ADDRESS: Jim Smale, Contracting Officer U.S. General Services Administration National Capital Region 301 7th Street, SW Washington, DC 20407
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/9DC2337/listing.html)
- Place of Performance
- Address: LOCATION: All properties submitted to the Government must be located within the Standard Delineated Area for Washington, DC (inclusive of the Central Employment Area, NOMA, and the Southwest Waterfront). Requests for a detailed description of the standard Delineated Area should be addressed to the Contactor below., Washington, District of Columbia, United States
- Record
- SN01933287-W 20090831/090829234429-5a98f230fbd50e1f5ae54d909a82085e (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 |