SOLICITATION NOTICE
X -- UNITED STATES GOVERNMENT Seeks Expressions of Interest for Lease of Office and Related Space In Washington, DC - Map of Delineated Area (CEA)
- Notice Date
- 9/29/2009
- 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
- 9DC2260
- Archive Date
- 10/28/2009
- Point of Contact
- William F. Craig, Phone: 703-485-8736, Chad Habeeb, Phone: 202-719-5899
- E-Mail Address
-
bill.craig@am.jll.com, chad.habeeb@am.jll.com
(bill.craig@am.jll.com, chad.habeeb@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- Map of Delineated Area: CEA of Washington, DC UNITED STATES GOVERNMENT Seeks Expressions of Interest for Lease of Office and Related Space In Washington, DC The United States General Services Administration (“GSA” or “Government”) seeks potential sources to lease office and related space consisting of approximately 50,600 rentable square feet, yielding approximately 44,000 contiguous ANSI/BOMA office area square feet. On-site Reserved Parking for four (4) official Government vehicles will be required to be included. A minimum of twenty (20) additional, Non-Reserved on-site Parking spaces must be made available for the Government’s employees at prevailing market rates. The delineated area is the Central Employment Area of Washington, DC and includes NOMA and portions of Southwest (see attached map). New construction or existing buildings that can meet the required occupancy date will be considered. If new construction is proposed, the offered site must provide the required square footage in one building. The anticipated term is for ten (10) years firm with one (1) ten year option to renew, subject to termination rights beginning on the 19th anniversary of the commencement of lease term. The Government is considering whether to remain in its existing lease space or relocate to alternate space. Move and Replication Costs will be taken into consideration when evaluating all offers. The desired occupancy date is on or about June 2011. Building(s) offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current applicable Federal, state, and local government building codes and regulations including, but not limited to, fire and life safety, accessibility, OSHA, and seismic protection. The offered location must be within 2,640 walkable linear feet to a metro. Other requirements applicable to this requirement include: Expressions of interest must be submitted in writing and must include the following information in order to be deemed compliant and be eligible for further consideration: •Ability to provide unique requirements such as the required parking spaces •New construction - site’s legal description, recent survey, and property identification numbers (PIN) •Building name/address •Location of space in the building and date it will be available •One-eighth inch scale drawing showing location of offered space. •ANSI/BOMA defined office area/useable square feet (USF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included •Rentable Square Feet (RSF) offered •Common Area Factor used to determine the RSF •Name, address, telephone number, and email address of Owner’s Representative •Owner’s name and address and written statement from owner identifying Owner’s Representative and granting it authority to provide information on the property. •Parking Availability •Building setback information The Government’s decision will be based, in part, on information received in response to this advertisement. In the event that a potential offeror fails to provide the requested information, the Government reserves the right to assume that the potential offeror in question cannot meet the Government’s requirement. GSA is using a tenant broker to represent the Government in 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 General Services Administration (GSA) or their authorized representative, Jones Lang LaSalle Americas, Inc. E-mail or mail complete expressions of interest to: William F. Craig Jones Lang LaSalle Americas, Inc. 1600 Tysons Blvd. McLean, VA 22102 Phone: 703-485-8736 Fax: 312-288-4327 E-mail: bill.craig@am.jll.com Secondary Point of Contact: Chad S. Habeeb Jones Lang LaSalle Americas, Inc 1801 K Street, NW – Suite 1000 Washington, DC 20006 Phone: (202) 719-5899 E-mail: Chad.Habeeb@am.jll.com With additional copy to GSA’s Contracting Officer: kevin.terry@gsa.gov For receipt not later than: 4:30pm EST, October 13, 2009. Please reference Project Number 9DC2260.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/9DC2260/listing.html)
- Record
- SN01974132-W 20091001/090930000236-b2bd730c78497bc2e87e5f9a0d66a40a (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 |