Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2010 FBO #3301
SOLICITATION NOTICE

X -- United States Government Seeks Expressions of Interest for Lease of Training, Office and Related Space In CEA-DC and NOVA

Notice Date
12/6/2010
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), D.C. Services Division (WPJ), 7th & D. Streets, S.W., Room 2670, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
0VA2226-I
 
Archive Date
12/21/2010
 
Point of Contact
michael mcavinn, Phone: 2023583118
 
E-Mail Address
michael.mcavinn@gsa.gov
(michael.mcavinn@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
UNITED STATES GOVERNEMENT Seeking Expressions of Interest In the Central Employment Area of Washington, DC - Metro Proximate and Northern Virginia - Metro Proximate The General Services Administration Public Buildings Service National Capital Region U.S. General Services Administration 301 7th Street, SW - Room 2670 Washington, DC 20407 REQUIREMENTS: The United States Government seeks to identify sources and receive information on available office and related spaces that can accommodate training within both the Central Employment Area of Washington DC Metro Proximate and Northern Virginia Metro Proximate delineated areas. The Government is seeking sources of available training/office and related spaces for lease of up to 48,250 Rentable Square Feet (RSF) of contiguous space, which shall yield a minimum of 40,225 ANSI/BOMA Office Area (ABOA) square feet of contiguous training/office and related spaces in a single building. There shall be no more than 3 contiguous floors. Offered space must be located within 2,640 walkable linear feet (1/2 mile) of an operable Metrorail station, measured along handicap-accessible, paved pedestrian pathways from the main entrance of the offered building to the handicap-accessible entrance at the Metrorail station. The Government intends to use this information from prospective sources to issue a Solicitation for Offers. Offered space must have the ability to satisfy all security, electrical, structural, and floor load requirements in the forthcoming Solicitation for Offers and Program of Requirements. All offered space must be able to accommodate the following requirements: 1. Minimum column spacing of 24 feet on center (O.C.). 2. Adequate ventilation, temperature control and lighting for training rooms. 3. Adequate eating facilities shall be located within the immediate vicinity of the building to accommodate approximately 300 persons, but generally not exceeding a walkable ½ mile, as determined by the contracting officer. Other employee services, such as retail shops, cleaners, banks, etc., shall be located within the immediate vicinity of the building, but generally not exceeding a walkable ½ mile, as determined by the contracting officer. LOCATION: All properties submitted to the Government must be located within the Delineated Areas for the Central Employment Area of Washington DC Metro Proximate and the Northern Virginia Metro Proximate. Requests for a detailed description of the standard Delineated Areas should be addressed to the Contractor Officer below. The property must be located outside of any 100-year floodplain. Buildings offered for consideration must be of sound and substantial construction of the type generally recognized as contemporary with the ability to meet all current Federal, State, and Local codes and regulations including, but not limited to, fire and life safety, accessibility, and OSHA. LEASE TERM: The Government seeks a lease for a period of 5 (five) years firm, with a 5 (five) year renewal option. OCCUPANCY: Occupancy is required to be completed by March 15, 2012. EXPRESSIONS OF INTEREST MUST BE RECEIVED IN WRITING BY 4:00 P.M. ON DECEMBER 17, 2010 TO INCLUDE: • Building name & address. • Building ownership information. • Contact information and e-mail address of Lessor's Representative. • ABOA and rentable square feet available (identifying the specific floors and square footage on each, with Common Area Factor). • Asking rental rate per RSF (based on GSA Warm Lit Shell and Tenant Improvement Allowance of $42.08 per ABOA) fully serviced. • Evidence that the offered space will be ready for the commencement of tenant improvements in accordance with the required occupancy date set forth above. • Method of rentable space measurement. • Scaled (1/4 inch) floor plans for the offered space. The Government's decision regarding whether or not to solicit offers will be based, in part, on complete information received in response to this advertisement. In the event that your response to this ad fails to provide the required information the Government reserves the right to assume that the building in question cannot meet the Government's requirements. Submission by other than the owner, manager, or exclusive agent of a property must be accompanied by a letter from the ownership granting permission to make a general offering of space. In instances where the Offeror is representing more than one property, the Offeror is hereby notified that they may only participate in negotiations on behalf of one owner. AUTHORIZED CONTACTS: In no event shall a potential offeror enter into negotiations or discussions concerning these space requirements with any Federal Agency other than the officers and employees of General Services Administration (GSA). Please mail complete Expressions of Interest to the Point of Contact: POINT OF CONTACT: Mike McAvinn, Leasing Specialist Real Estate Division U.S. General Services Administration Public Buildings Service National Capital Region 301 7th Street, SW - Room 2670 Washington, DC 20407 office: 202.358.3118 cell: 202.834.5704 michael.mcavinn@gsa.gov CONTRACTING OFFICER INFO: Theresa Singleton, Contracting Officer Real Estate Division U.S. General Services Administration Public Buildings Service National Capital Region 301 7th Street, SW - Room 2671 Washington, DC 20407 PLACE OF PERFORMANCE: U.S. General Services Administration Public Buildings Service National Capital Region 301 7th Street, SW - Room 2670 Washington, DC 20407 Please reference Project Number 0VA2226
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPK/0VA2226-I/listing.html)
 
Place of Performance
Address: U.S. General Services Administration, Public Buildings Service, National Capital Region, 301 7th Street, SW - Room 2670, Washington, DC 20407, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02338727-W 20101208/101206233727-e3de7c99c1cf5634b84ecf75ed261acc (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.