SOLICITATION NOTICE
X -- Request for Informational Quotes to Determine Suitability of Formal Acquisition of 58,143 Rentable Square Feet of Office Space for the Assistant Secretary for Preparedness and Response (ASPR)
- Notice Date
- 10/8/2009
- Notice Type
- Presolicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Metropolitan Services Center (WPD), 1099 14th Street, NW, Suite 200W, Washington, District of Columbia, 20005
- ZIP Code
- 20005
- Solicitation Number
- NCRASPR78
- Archive Date
- 11/7/2009
- Point of Contact
- Brian S. MacDonald, Phone: 2022081038
- E-Mail Address
-
brian.macdonald@gsa.gov
(brian.macdonald@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- INFORMATIONAL QUOTES TO DETERMINE THE SUITABILITY FOR A FORMAL ACQUISITION The Assistant Secretary for Preparedness and Response (ASPR) This is a request for informational quotes by the General Services Administration to determine the suitability for a formal acquisition of a fully serviced lease for office space. The Federal Government has a requirement to lease 58,143 BOMA Class A or B rentable square feet for the Assistant Secretary for Preparedness and Response (ASPR), a unit of the Department of Health & Human Services (HHS). The proposed building must yield approximately 50,559 BOMA useable square feet of contiguous office space. The proposed building must also be within 2,640 walkable linear feet of a Metrorail station. The lease shall have an initial term of up to five (5) years with an option to renew the lease for an additional five (5) years. The delineated area of consideration is as follows: + Independence Avenue, SW to the North, + 14th Street, SW to the West, + Maine Avenue, SW and Interstate-395 to the South, and + 2nd Street, SW to the East Employee services, such as moderately priced restaurants, banks, public transportation shall be available within a 1.0 mile radius of the site. Space must be fully compliant with the: 1) National Fire Protection Association Standard 101, known as the “Life Safety Code,”; 2) Americans with Disabilities Act Accessibility Guidelines (ADAAG) (36 CFR Part 36, App. A) and the Uniform Federal Accessibility Standards (UFAS) (Federal Register vol. 49, No. 153, August 7, 1984, reissued as FED. STD. 795, dated April 1, 1988, and amended by Federal Property Management Regulations Amendment D-88, 54 FR 12627, March 28, 1989); and, 3) Level IV Security as described in the GSA SFO. Minimum security requirements include, but are not limited to: + The deterrence to unauthorized entry; + Identity verification of all personnel entering the building; + The Government will control entry security in public lobbies/entrances/exits to the building; + The Government will provide entry security and control the security guard post orders to the building; + The Offeror will provide space for the Government x-ray machines and magnetometers at public entrances; + The Government will have the right to x-ray and screen all mail, packages, and shipments; + The Government will have the right to divert truck shipments to a secondary location for screening purposes; + The Offeror shall permit installation of a perimeter intrusion detection system (IDS) to be operated and maintained by the Government; + The Offeror shall provide and install an entry control system that will allow employees to view and communicate remotely with visitors before allowing access; + The Government requires acceptable Government-issued photo ID for all building occupants upon entry to the building. The Offeror shall notify non-Government tenants of this requirement and assist those tenants in obtaining acceptable ID as necessary; + All visitors to the building shall be required to sign in with a guard, display a formal identification/badge, and/or require an escort; + The outdoor air intakes shall be located on a secure roof or high sidewall and not within 30 feet of the loading dock; + Dedicated HVAC for lobbies, mailrooms, and loading docks; + Air-handling units shall be able to be shut down in response to a threat; + The Offeror shall secure return-air grilles in public lobbies; + The Government shall have the right to inspect parking areas at points of entry and the right to deny access, and remove vehicles from the premises; + The Offeror shall permit twenty-four hour closed circuit television (cctv) coverage and recording, provided, operated, and maintained by the Government; + The Offeror shall provide and install wet-glazed or mechanically attached, shatter-resistant material not less than 0.18 millimeters (7 mil) thick on all exterior windows in Government-occupied space; and + The Government reserves the right to temporarily heighten security in the building. Space must be ready for occupancy no later than April 15, 2011. Brokers or agents may represent the prospective landlord, but any properties or proposals submitted by brokers/agents must be accompanied by written evidence that they are authorized to represent the building’s ownership. A written statement of interest should be submitted by 4:30 PM EST, October 23, 2009, and should include the following: 1. Building name and address; 2. Location of space in the building; 3. Drawing of space offered; 4. Rentable and usable square feet offered; 5. Percentage of common area factor used to determine the rentable square feet; 6. Asking rental rate per rentable square foot, fully serviced; 7. Proof of capability to meet the above mentioned security requirements; 8. Date space will be available for commencement of tenant improvements; and 9. Name, address, telephone number, and email address of individual to be contacted. Please submit offers to Brian MacDonald, c/o General Services Administration, 1099 14th Street, NW, Suite 200W, Washington, DC 20005-3419, telephone: (202) 208-1038, or email: brian.macdonald@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPH/NCRASPR78/listing.html)
- Place of Performance
- Address: 1099 14th Street, NW, Suite 200W, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN01983166-W 20091010/091009000206-095f524a38d5817aee238fce801a007b (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 |