SOLICITATION NOTICE
X -- UNITED STATES GOVERNMENT - Expressions of Interest Sought in Rosslyn, VA
- Notice Date
- 10/19/2009
- Notice Type
- Presolicitation
- 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
- 8VA2010R
- Archive Date
- 11/14/2009
- Point of Contact
- Jae H Lee, Phone: 202-719-5009, Matt Witlin, Phone: 202-639-4542
- E-Mail Address
-
jae.lee@am.jll.com, matt.witlin@am.jll.com
(jae.lee@am.jll.com, matt.witlin@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- The United States Government currently occupies approximately 168,311 BOMA rentable square feet (brsf) of office space and related space at 1800 N. Kent Street, in Arlington, Virginia (commercially known as the "Pomponio Building") under a lease that will be expiring. The Government has an expansion requirement of approximately 74,689 brsf that must be co-located with the original 168,311 brsf. The Government is seeking to lease approximately 243,000 contiguous rentable square feet of office and related space. The rentable space must yield a minimum of 218,229 of contiguous ANSI/BOMA Office area square feet. The lease term requirement is for 15 years firm. The space must be available for occupancy by May 1, 2010. The delineated area is Rosslyn, Virginia. Other requirements applicable to this requirement include: All services, supplies, utilities and tenant alterations are to be provided as part of the rental consideration. The GSA shall have access to the offered space 24 hours per day, 7 days per week. The offered space must be near inexpensive and moderately priced fast food and/or eat-in restaurants that are within walking distance. Other employee services such as retail shops, cleaners, and banks shall be located within ¼ mile. The offered space must meet GSA requirements for security, seismic, and fire protection and life safety and handicapped accessibility (ABAAS). The Government is considering whether to remain in its existing lease space or relocate to alternative space. In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government's requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunications infrastructure, non-productive agency downtime, etc. Expressions of interest must be submitted in writing and must include the following information: Building name and address. Rentable Square Feet (RSF) available and expected rental rate per rentable square foot, fully serviced along with tenant improvement allowance of $42.08 per ANSI/BOMA Office Area square feet. ANSI/BOMA Office area square feet (OASF) to be offered and expected rental rate per OASF, fully serviced tenant improvement allowance of $42.08 per ANSI/BOMA Office Area square feet. Date of space availability. Method of rentable space measurement. 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 The Government will use the information it receives in response to this advertisement as a basis to develop a cost-benefit analysis and to determine whether to compete the lease requirement or pursue a sole source justification to remain at its current location. The Government's decision regarding whether or not to relocate will be based, in part, on information received in response to this advertisement. 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 potential building in question cannot meet the Government's requirements. With specific respect to expected rental rate information, the Government will assume the maximum rental rate authorized in the applicable lease prospectus related to this requirement in the event the respondent fails to include such information. E-mail, facsimile, or mail complete expressions of interest to: Jae H. Lee or Matt Witlin Jones Lang LaSalle Americas, Inc 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5009 or (202) 719-6234 E-mail: jae.lee@am.jll.com or matt.witlin@am.jll.com For receipt not later than: 4:00pm EST, October 30, 2009. Please reference Project Number 8VA2010R. Please be advised that this advertisement shall replace the FedBizOpps advertisement under Solicitation # 8VA2010 with a posted date of September 23, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBSC/8VA2010R/listing.html)
- Place of Performance
- Address: Washington, DC, Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Record
- SN01987772-W 20091021/091019234735-aab73b097d5f2eaa36591f867c6b5b6b (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 |