Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2013 FBO #4409
SOURCES SOUGHT

X -- Office Space 5,168 - 5,713 ABOA/approx 6,200 RSF

Notice Date
12/18/2013
 
Notice Type
Sources Sought
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Real Estate Acquisition Division(10PR), 400 15th Street, SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
3WA0399
 
Archive Date
1/28/2014
 
Point of Contact
Davina Blake, Phone: 2539317974, Hilda Gonzalez, Phone: 253- 931 -7098
 
E-Mail Address
davina.blake@gsa.gov, hilda.gonzalez@gsa.gov
(davina.blake@gsa.gov, hilda.gonzalez@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The US General Services Administration (GSA) is soliciting for its intent to lease commercial office space. The offer for the commercial space is approximately 6,223 RSF (5,168.95 to 5,713 USF) State: WA City: Hoquiam Delineated Area: City Limits of Hoquiam, WA Minimum Sq. Ft. (ABOA): 5,168 Maximum Sq. Ft. (ABOA): 5,713 Space Type: Office, Office Related Parking Spaces (Total): See Additional Requirements Below Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 20 Firm Term: 10 Option Term: 2 five year Additional Requirements The offered building space shall be/have: The location of the project may make it susceptible to flooding at or above the 100 year flood level. Under the President's Executive Order 11988, "Floodplain management", GSA is required to review the project for possible alternative solutions to the proposed Action. The No Action Alternative (Not leasing office space was considered). For this requirement Federal space was first considered, however the projects geographical requirements are such that Federal space will not satisfy the need. The remaining alternative considered is to temporarily lease space in an existing office space. In addition to geographic requirements, this project has specific mission related requirements that must be met. Those requirements are as follows: • All space shall be located in a Class A, modern quality office building (consistent with local market) • All offered space must be at or above grade • Contiguos space must be located all on one floor and must not be separated by common hallways or other areas • Offered space must not include interior ramps nor steps • A public or campus bus line usable by tenant occupants and their customers shall be located within the immediate vicinity or the building, but with stops not generally exceeding 800 walkable feet of the employee entrance of the building • The building shall have no history of prior heavy industrial use, including but not limited to large dry cleaning operations, rail yards, gas stations, or industrial facilities • No part of the building shall be within 500 feet of an active, freight carrying railroad truck • The building shall be visible or easily located from an aerterial street • If the building is on a high-traffic or multi-lane street, traffic signals shall be located within two blocks for safe access • If in a store front building, signage is required on exterior of building • Employees and visitors shall be able to park at reasonable rates within 800 walkable feet or the employee entrance to the offered building Due to the location being within a 100 year floodplain, if any parties are knowledgeable of any other locations in this delineated area that are not located in the 100 year floodplain, that might be suitable for GSA's requirements contact Michael D. Levine - Regional Environmental Program Manager - (253) - 931-7263 or michael.levine@gsa.gov The Government intends to award a Lease to an Offeror of a Building that is in compliance with the Seismic Standards. If an offer is received which is in compliance with the Seismic Standards and the other requirements of the RLP, then other offers which do not comply with the Seismic Standards will not be considered. If none of the offers is in compliance with the Seismic Standards, the LCO will make the award to the Offeror whose offer meets the other requirements of the RLP and provides the best value to the Government, taking into account price, seismic safety and any other award factors specified in the RLP. Please reference the Solicitation/Project # in the subject line of all e-mail correspondence related to this project. Expressions of Interest Due : 1/13/2014 Market Survey (Estimated): TBD Offers Due: TBD Occupancy (Estimated): TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06fdaef51596b5c8cc38b577752c7020)
 
Place of Performance
Address: 400 15th St SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN03254610-W 20131220/131218235820-06fdaef51596b5c8cc38b577752c7020 (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.