SOLICITATION NOTICE
X -- UNITED STATES GOVERNMENT Request For Information
- Notice Date
- 12/4/2009
- 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
- 8DC2175
- Archive Date
- 1/2/2010
- Point of Contact
- Jae H Lee, Phone: 202-719-5009, Bill Craig, Phone: 703-485-8736
- E-Mail Address
-
jae.lee@am.jll.com, bill.craig@am.jll.com
(jae.lee@am.jll.com, bill.craig@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- Seeking Written Feedback on a Pending Procurement Prior to Issuing a Formal Advertisement and Solicitation for Offers Market Information Only Washington, DC - CEA, NoMA, Waterfront Maryland - Southern Prince George's County Northern Virginia - Crystal City / Pentagon City In accordance with Federal Acquisition Regulation Part 15.201, the U.S. General Services Administration ("GSA" or "Government") is seeking written market feedback from potential sources for up to 1,136,000 Rentable Square Feet (RSF) of office and related space. The information provided will be used to assess the availability of suitable space and to assist the Government in establishing the methodology by which suitable space will be procured. Based on market information, the Government will determine whether a procurement strategy resulting in an award to one Offeror (a single owner/developer or multiple owner/developers participating in self-identified combined offer) or a procurement strategy allowing for multiple awards will best meet the Government's space requirement. MINIMUM REQUIREMENTS The proposed requirement is for office space located within the following submarket(s) within the DC metropolitan area: v Washington, DC CEA, NoMA, Waterfront (Metro-proximate) v Southern Prince George 's County, MD (Metro-proximate South of Route 4) v Crystal City / Pentagon City, Virginia (Metro-proximate) The anticipated term is 15 years firm plus a five (5) year renewal option. The estimated occupancy date is the second half of calendar year 2013. The space requirement is to house various organizations via any combination of existing and / or new construction with the following breakdown of contiguous space: Ø Agency A - 176,000 RSF; 146,542 Usable Square Feet (minimum) Ø Agency B - 290,000 RSF; 241,265 Usable Square Feet (minimum) Ø Agency C - 670,000 RSF; 557,804 Usable Square Feet (minimum) All three (3) agency organizations may be co-located in one (1) building or in more than one (1) building based upon the following criteria: All submissions must offer space for at least one (1) entire agency component. Agency A must be housed in its entirety in one (1) building; other agencies included under this requirement may be housed in the same building. Agency B must be housed in its entirety in one (1) building; other agencies included under this requirement may be housed in the same building. Agency C must be housed in no more than three (3) buildings; all such buildings must be within close proximity; no Agency C building shall be more than 1,320 walkable linear feet from any other Agency C building's main entrance. If Agency C must be housed in more than one building, no single building may offer less than 200,000 RSF in housing Agency C. If occupancy is considered in a multi-tenanted building(s) for any and all building(s) housing any component of this space requirement, the Government's percentage of occupancy must be greater than 50% of the building(s) occupancy and the space offered must be contiguous on full floors and adjacent floors. The main accessible entrance to any and all building(s) housing any component of this requirement must be 2,640 walkable linear feet (or less) from an existing Metro-rail station pedestrian entrance, as determined by GSA. Any and all buildings submitted must comply with the Interagency Security Committee Level IV standards for Existing Leased Buildings regardless of percentage of occupancy. Any and all buildings shall permit 100% Government control of parking facilities (structured and/or surface) as part of the offer. Offeror(s) shall also secure all metered or public parking around the perimeter of the offered facility(ies). Agency A requires 5 official Government parking spaces; Agency B requires 15 parking spaces; Agency C requires 30 parking spaces. Any offer must provide a basis for GSA to determine that award of a lease involving the offered building(s) will, under the National Environmental Policy Act (NEPA - 42 U.S.C. Sec. 4 321, et seq.) as implemented in the GSA NEPA Desk Guide (October 1999 ), result in either 1) a Categorical Exclusion (CATEX) from the requirement to prepare an Environmental Assessment (EA) or an Environmental Impact Statement (EIS), or 2) a Finding of No Significant Impact (FONSI) as the result of performing an EA. Any offer that, in GSA's opinion, would require preparation of an EIS shall be considered technically unacceptable and ineligible for award. The Government may choose to enter into multiple leases with multiple offerors to satisfy this requirement. Interested parties responding to this Request for Information must be prepared to offer buildings of sound and substantial construction, with a "Class A" finish level. All buildings must meet all current applicable Federal, state, and local government building codes and regulations, and achieve a "Certified" rating for LEED-CI (Commercial Interiors) as a minimum. Any / all offered building(s) must have access to major commercial fiber optic network(s) at the property line. Any / all buildings submitted must also comply with the Interagency Security Committee Level IV standards for Existing Leased Buildings, regardless of percentage of occupancy ( www.oca.gsa.gov ). REQUEST FOR WRITTEN FEEDBACK ON THE FOLLOWING Any Owner, Developer or Authorized Agent responding to this Request For Information is asked to review the following potential award methods, and to indicate interest and submit any other comments or questions. The proposed technical criteria are anticipated to include items such as location, number of buildings, LEED-CI scorecard rating, energy efficiency, past performance, key personnel, financial capability, etc. 1. Offerors (singly or in self-identified combined offers) may provide a solution for the entire requirement. Such offers shall meet all minimum technical requirements. Each offer will be evaluated based upon pre-determined technical criteria. All offers will also be evaluated on price, and a cost-technical trade-off analysis will be performed to determine best value for the award. Under this approach, a single award will be made to a single offeror or to a self-identified combined offer that meets the entire requirement. 2. Offerors (singly or in self-identified combined offers) may provide a solution for the entire requirement or shall provide a solution for at least one (1) of the agency component space requests. Such offers shall meet all minimum technical requirements. Any offer proposing to meet less than the entire requirement will be "assembled" with other offers in GSA's sole discretion to determine which assemblage of offered buildings best meets the entire requirement. Offers will be evaluated based upon pre-determined technical criteria. All offers will also be evaluated on price, and a cost-technical trade-off analysis will be performed to determine best value for the award. Under this approach, an award will be made to a single offeror or to a self-identified combined offer, or multiple awards will be made to multiple offerors as assembled by GSA that meet the entire requirement. The Government reserves the right to make award without negotiations. In the alternative, if necessary to obtain best value, the Government reserves the right to establish a competitive range, reduced as necessary for efficiency, and conduct negotiations. Responses must be submitted in writing and must also include the following: Ø A brief summary of interest to include name and address of subject building(s), size of subject spaces (RSF), date of availability, nearest Metro Station. Include the name, address, telephone number and E-mail address of Owner's Representative. * Note: If response envisions including multiple sites and / or a combined future offer for the entire requirement, please note that and provide information on all buildings. Ø A table outlining the size of the subject space(s) to include Usable Square Feet (USF), Rentable Square Feet (RSF) and Common Area Factor. The table shall also include Floor(s) of space, the proposed Agency designation ('A', 'B' and/or 'C') envisioned and the total(s) of all space(s) proposed. Any Agency space must be contiguous, based upon criteria outlined above. Ø Representative Floor Plans (and Building Key Plans and location plans) showing size, type, location and access to the subject space. Ø Parking Availability to include 50 official parking spaces, as well as the suitability of future Government control of all other parking on site. Ø Availability and location of building connection(s) to major fiber optic service(s). Ø Current or planned building security level in accordance with the Interagency Security Committee criteria for Leased Space. This notice is for market research purposes only and submissions to this Request for Information are not considered to be formal offers of space or commitments to hold or lease space in the future. The Government's decision regarding the acquisition of space for this requirement may be based on information received in response to this market inquiry. However, the Government is under no obligation to issue a solicitation based upon information received in response to this request. GSA will utilize a tenant broker to represent the Government for any future transaction involved with this proposed procurement, and to assist in consideration of responses to this RFI. Questions and concerns can be directed to Jae Lee (202) 719-5009 / jae.lee@am.jll.com or Bill Craig (703) 485-8736 / bill.craig@am.jll.com at Jones Lang LaSalle Americas, Inc. E-mail, facsimile, or mail complete informational responses to: Jae H. Lee Jones Lang LaSalle Americas, Inc 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5009 / Fax:(312) 470-3950 E-mail: jae.lee@am.jll.com For receipt not later than: 3:00pm EST Friday, December 18, 2009. Please reference Project Number 8DC2175.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBSC/8DC2175/listing.html)
- Place of Performance
- Address: 7th & D Street, SW, Washington, District of Columbia, 20407, United States
- Zip Code: 20407
- Zip Code: 20407
- Record
- SN02017441-W 20091206/091205000206-fcba8162c8e9b4cb6400ff89d3df0a4f (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 |