Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
MODIFICATION

X -- U.S. GOVERNMENT SEEKS TO LEASE 35,000 RSF (Yielding at Least 29,924 USF and at most 32,916 USF) OF OFFICE SPACE IN CINCINNATI, OHIO

Notice Date
8/27/2010
 
Notice Type
Modification/Amendment
 
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
9/18/2010
 
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
Attachment 2 X -- U.S. GOVERNMENT SEEKS TO LEASE 35,000 RSF (Yielding at Least 29,924 USF and at most 32,916 USF) OF OFFICE SPACE IN CINCINNATI, OHIO Expressions of Interest Sought Requirement : The United States Government currently occupies office and related space in a building under lease in Cincinnati, Ohio, that will be expiring. The Government is seeking to lease approximately 35,000 contiguous rentable square feet of office and related space. The rentable space must yield a minimum of 29,924 contiguous ANSI/BOMA Office area square feet (OASF) to a maximum of 32,916 OASF. The lease term requirement is for ten (10) years, five (5) years firm. The space must be available for occupancy by August 1, 2011. The delineated area is: North: East 8 th Street South: East 3 rd Street East: Broadway Street West: Race Street Other applicable requirements include: Ten (10) structured parking spaces for official Government vehicles. The space must be fully serviced including all utilities and janitorial services. The offered space may not be located on the top floor of a building but must be located on the 3 rd floor or higher. 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. Streets and public sidewalks must be well maintained. 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: 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 Expressions of Interest must be submitted to the above address by 5:00 PM on Friday, September 3, 2010 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 the 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. [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
SN02258701-W 20100829/100828000011-9422c1fcfdd582bc026e26a428aeb5d9 (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.