Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2013 FBO #4402
SOLICITATION NOTICE

X -- General Services Administration (GSA) seeks to lease the following space in Northern Virginia

Notice Date
12/11/2013
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NB Contractor - Julien J. Studley, Inc., 555 Thirteenth Street, NW, Suite 420 East, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
1VA2191
 
Archive Date
1/1/2015
 
Point of Contact
Robert Brunton, Phone: 202-624-8557, Todd D Valentine, Phone: 202-624-8531
 
E-Mail Address
rbrunton@studley.com, tvalentine@studley.com
(rbrunton@studley.com, tvalentine@studley.com)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Virginia City: See delineated area Delineated Area: Counties of Arlington, Fairfax, Loudoun and Prince William and Cities of Alexandria, Fairfax and Falls Church Minimum Sq. Ft. (ABOA): 103,831 Maximum Sq. Ft. (RSF) 125,000 Space Type: Office Parking Spaces (Total): 60 Parking Spaces (Surface): Parking Spaces (Structured): Parking Spaces (Reserved): Full Term: 15 years Firm Term: 15 years Option Term: n/a Additional Requirements: · Within 2,640 walk-able linear feet of the nearest Metro station entrance in operation no later than the desired occupancy date, as measured from the primary entrance of the offered building to the nearest entrance of the noted Metro station. · Space must be located on the second floor or higher with the exception of approximately 800-900 ABOASF of ground floor space to be used for mail sorting and receiving. · All offered buildings must be able to provide outdoor space for a generator pad of approximately 19’ X 12’. · Ability to meet Level IV ISC security requirements as defined by FPS and specific to location. Level IV security may require security enhancements such as: o Critical Systems relocation o Posting of regulatory signage o Vehicle barriers o Installation of CCTV, IDS and duress systems o Shatter resistant window protection o Emergency generator o Secured air intake grilles o Separate HVAC system(s) for lobby, loading dock and mail rooms o Screening of mail and packages o Security guard patrols The Government currently occupies office and related space at 2070 Chain Bridge Road, Vienna, VA under a lease which expires on July 8, 2014. The delineated area is within Northern Virginia with proximity to public transportation as noted above. The Government will consider 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. If a move is warranted, the space shall be ready for occupancy no later than November 2015. This procurement is subject to an approved Prospectus issued in accordance with 40 USC § 3307. The Government will only award a lease pursuant to this procurement if the offered rental rate does not exceed the Congressionally-imposed rent limitation set forth in the Prospectus. The space must meet requirements for fire-safety plus handicapped access in accordance with ABAAS guidelines. Space shall be located within a prime commercial office district with attractive, prestigious, professional surroundings with a prevalence of modern design and/or tasteful rehabilitation in modern use. The proposed leased space shall be fully serviced. A HUBZone small business concern (SBC) that does not elect to waive the price evaluation preference, can provide the requisite proof of its status, and is willing to commit to spend 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs and meet the performance of work requirements for subcontracting in 13 CFR § 125.6(c) (Qualified HUBZone SBC), may be entitled to a price evaluation preference of 10% over offerors that are not Qualified HUBZone SBCs solely for purposes of determining whether the award should be made to a Qualified HUBZone SBC. Expressions of Interest should include the following: 1) Building name and address, and location of space in the building. 2) CAD drawing of space offered. 3) ANSI/BOMA defined Office Area Square Feet (ABOASF) 4) Rentable Square Feet Offered (RSF) 5) Percentage of Common Area Factor used to Determine the Rentable Square Feet 6) Estimated full service rental rate with a reference to the amount of tenant improvement allowance that is included in the proposed rate. 7) Any additional tenant concessions 8) Number of parking spaces available on the premises. 9) Name, address, telephone number, and email address of individual to be contacted. Submission by other than the owner or manager 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. Expressions of Interest Due: January 3, 2014 Market Survey (Estimated): Mid January 2014 Offers Due: Late April 2014 Occupancy (Estimated): December 2015 Interested parties should send expressions of interest to: Robert Brunton Corporate Managing Director Studley, Inc. 555 13 th Street NW, Washington, DC 20004 202-624-8557 phone 202-624-8555 fax rbrunton@studley.com Todd Valentine Corporate Managing Director Studley, Inc. 555 13 th Street NW, Washington, DC 20004 202-624-8531 phone 202-624-8555 fax tvalentine@studley.com John F. Mowery, Esq. Lease Contracting Officer Real Estate Acquisition Division Public Building Service National Capital Region U.S. General Services Administration 301 7 th Street, SW, Room 1610 Washington, DC 20407 202-205-4316 phone John.Mowery@gsa.gov Luke Pragle Realty Specialist Lease Executions Division (WPRA) Public Building Service National Capital Region U.S. General Services Administration 301 7th Street, SW., Room 1610 Washington, DC 20407 202-260-0619 phone Luke.Pragle@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJJS/1VA2191/listing.html)
 
Place of Performance
Address: Virginia, United States
 
Record
SN03249569-W 20131213/131211235151-41af4306991ef2647e182a45588b0401 (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.