Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

X -- U.S. GOVERNMENT SEEKS TO LEASE 39, 764 RSF (Yielding at Least 33,997 USF and at most 37,397 USF) OF OFFICE SPACE IN CINCINNATI, OHIO

Notice Date
4/23/2010
 
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
GS-05B-18562
 
Archive Date
5/18/2010
 
Point of Contact
Stephen Baxter, Phone: (312) 228-2056
 
E-Mail Address
stephen.baxter@am.jll.com
(stephen.baxter@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
X -- U.S. GOVERNMENT SEEKS TO LEASE 39, 764 RSF (Yielding at Least 33,997 USF and at most 37,397 USF) OF OFFICE SPACE IN CINCINNATI, OHIO GENERAL INFORMATION: Document Type: Sources Sought, Pre-solicitation Notice Solicitation Number: GS-05B-18562 Posted Date: Original Response Date/Due By: May 3, 2010 Current Response Date/Due By: May 3, 2010 [jmd1] Original Archive Date: Current Archive Date: Classification Code: X -- Lease or rental of facilities NAICS Code: 531120 -- Lessors of Nonresidential Buildings (except Miniwarehouses ) Lease Term Ten (10) Years, Five (5) years firm Place of Performance Cincinnati, Ohio Delineated Area North: East 8 th Street South: East 3 rd Street East: Broadway Street West: Race Street REQUIREMENT: The United States Government desires to lease Class A modern quality office, conference, and storage space in an existing facility consisting of 39,764 rentable square feet in the Cincinnati, OH area, within the following delineated area: North: East 8 th Street South: East 3 rd Street East: Broadway Street West: Race Street The space should yield between 33,997 to 37,397 ANSI/BOMA usable square feet and the property should be able to accommodate a minimum of ten (10) structured parking spaces. The space must be fully serviced including all utilities and janitorial services. The space may not be located on the top floor of a building but must be located on the 3 rd floor or higher. The proposed lease is for ten (10) years with a five (5) year firm term. Space must be ready for occupancy no later than August 1, 2011. The building must be located in a prime commercial office district with attractive, prestigious, professional surroundings and a prevalence of contemporary design and/or tasteful rehabilitation in current use. Streets and public sidewalks must be well maintained. The location should provide easy access to regularly scheduled public transportation. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to demonstrate meeting all current Federal/GSA/PBS, State, and local codes and regulations including but not limited to fire and life safety, accessibility, OSHA, and seismic protection. Build to suit office space is not being considered at this time. The Government is interested in considering alternate space if economically advantageous to the Government. In determining whether relocation will be economically advantageous to the Government, the GSA will consider cost factors including, but not limited to, the total cost of the physical move including telecommunications equipment, LAN systems, office furniture (conventional and system furniture workstations) and telephone systems. SUBMISSION REQUIREMENTS Expressions of interest must be submitted in writing should include the following information at minimum ( This is not an invitation for bids or a request for proposals ): 1) Building name/address 2) Location of space in the building and date it will be available 3) One-eighth inch scale drawing of space offered 4) ANSI/BOMA defined office area/useable square feet (USF) 5) Rentable Square Feet (RSF) offered and rental rate per square foot, specifying services, utilities, and tenant improvement allowance included 6) Name, address, telephone number, and email address of authorized contact 7) In cases where an agent is representing multiple ownership entities, written acknowledgement and permission to represent multiple owners for the same submission AUTHORIZED CONTACTS: GSA is using a tenant broker to represent the Government in lease negotiations for 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. Brokers or agents may represent the prospective landlord but any properties or proposals submitted by broker/agent must be accompanied by written evidence they are authorized to represent the building’s ownership. E-mail, facsimile, or mail complete expressions of interest to: Mr. Stephen Baxter Jones Lang LaSalle Americas, Inc. 200 East Randolph Street, Floor 46 Chicago, IL 60601 Phone: 312-228-2056; Fax : (312) 288-4431 E-mail: Stephen.Baxter@am.jll.com For receipt not later than: May 3, 2010 Please reference Project Number GS-05B-18562 [jmd1] Just change this to be 10 working days after posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/GS-05B-18562/listing.html)
 
Place of Performance
Address: North: East 8th Street, South: East 3rd Street, East: Broadway Street, West: Race Street, Cincinnati, Ohio, United States
 
Record
SN02131202-W 20100425/100423235845-3870dbf71cb1e68afc061030bd5797ab (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.