MODIFICATION
X -- US GOVERNMENT IS COMPETING EXISTING LOCATION IN WICHITA, KANSAS
- Notice Date
- 10/20/2009
- Notice Type
- Modification/Amendment
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB CB Richard Ellis, 8270 Greensboro Drive, Suite 620, McLean, Virginia, 22102
- ZIP Code
- 22102
- Solicitation Number
- 8KS2077
- Archive Date
- 10/31/2009
- Point of Contact
- Robert Lipman, Phone: 202-333-8434, Andy Crimmins, Phone: (816) 590-9710
- E-Mail Address
-
robert.lipman@crownpartnership.com, andy@crimminscommercial.com
(robert.lipman@crownpartnership.com, andy@crimminscommercial.com)
- Small Business Set-Aside
- N/A
- Description
- Expressions of Interest Sought Requirement: The United States Government currently occupies office and related space in a building under lease in Wichita, Kansas, that will be expiring. The Government is seeking to lease approximately 10,608 contiguous rentable square feet of office and related space. The rentable space must yield a minimum of 9,168 contiguous ANSI/BOMA Office area square feet. The lease term requirement is for 15 years, 10 year firm. The space must be available for occupancy by April 17, 2010. The space must be available for occupancy by April 17, 2010. The delineated area is within the city limits of Wichita, Kansas. Other requirements applicable to this requirement include: • 15 structured parking spaces for official Government vehicles. • All space shall be contiguous. • Location must not be in the immediate vicinity of any potential environmental threats, such as fuel storage, gas station, chemical manufacturing facilities, etc • Space must be located on the 2nd floor or higher. Basement or below grade space is unacceptable. Space on the first floor will only be considered when no other space is available or deemed appropriate by the Agency. • For proposals of space in existing buildings, a min. 20-foot setback shall be provided from the curb line, or nearest point of accessible by a vehicle, to the façade of the building to house the tenant. • Public transportation and parking must be located within 3 blocks from the building. The Government is considering alternative space if economically advantageous. 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. 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, and non-productive agency downtime. Please send expressions of interest to: Robert.Lipman@crownpartnership.com or by mail to: Robert Lipman, The Crown Partnership, Inc., 2920 M Street, NW, 2nd Floor, Washington, DC 20007, Phone 202-333-8436. Please send copy to Andy Crimmins of Crimmins Commercial Advisors.,816-590-9710 or email. Please reference Project Number 8KS2077. Expressions of Interest must be submitted to the above address by 5:00PM on October 30, 2009.and must include the following information: • Building name and address and location of the available space within the building. • Rentable square feet available and expected rental rate per rentable square foot, fully serviced. • ANSI/BOMA office area square feet (OASF) to be offered and expected rental rate per OASF, fully serviced. Indicate whether or not the quoted rental rate includes an amount for tenant improvements and state the amount, if any. • Date of space availability. • Method of rentable space measurement. • Building ownership information • Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of required Government parking (if any). • Energy efficiency and renewable energy features existing within the building. • List of building services provided. The Government's decision regarding whether to relocate will be based, in part, on information received in response to this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBTC/8KS2077/listing.html)
- Place of Performance
- Address: WICHITA, KS, United States
- Record
- SN01989006-W 20091022/091020235833-38c71450940edb7990e3019125a5cebc (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 |