MODIFICATION
X -- U.S. Government Seeks to Lease Office Space in Melville, New York
- Notice Date
- 1/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NB CB Richard Ellis, 8270 Greensboro Drive, Suite 620, McLean, Virginia, 22102
- ZIP Code
- 22102
- Solicitation Number
- 1NY2049
- Archive Date
- 1/24/2014
- Point of Contact
- Vincent LaManna, Phone: 515.677.1742, Shannon Schoening, Phone: (703) 852-6211
- E-Mail Address
-
Vincent.LaManna@cbre.com, shannon.schoening@cbre.com
(Vincent.LaManna@cbre.com, shannon.schoening@cbre.com)
- Small Business Set-Aside
- N/A
- Description
- U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: New York City: Melville Delineated Area: West : Starting at the intersection of /Walt Whitman Road/SR110 and Bayliss Road; N on Walt Whitman Road/SR 110 to East Pulaski Road. North : NE on East Pulaski Road to Main Street; SE on Main Street to Indian Head Road. East : S on Indian Head Road to Veteran's Memorial Highway/SR 454; E on Veteran's Memorial Highway/SR 454 to the Long Island Expressway/I-495. South : W on Long Island Expressway/I-495 to Pinelawn Road; S on Pinelawn Road to Ruland Road; W on Ruland Road to Bayliss Road; NW on Bayliss Road to the point of origin. Minimum Sq. Ft. (ABOA): 7,157 ABOA Maximum Sq. Ft. (ABOA): 7,157 ABOA Space Type: Class A Office space Parking Spaces (Total): Per Local Code Parking Spaces (Surface): Per Local Code Parking Spaces (Structured): Per Local Code Parking Spaces (Reserved): 0 Full Term: 10 Years Firm Term: 5 Years Option Term: None Additional Requirements: A. Sites which are located directly on a highway or six-lane thoroughfare shall not be considered if the two directions of traffic are separated by a physical barrier or traffic indicator which does not permit access from either direction within one block or if the access is directly from the highway unless there is a traffic control device within two blocks or equivalent from the proposed office space. B. Space offered shall be located within the equivalent of two city blocks from a primary or secondary street serving the office. The route from the primary or secondary street shall be direct. Locations which have obscure, difficult access shall not be considered. C. Space requiring ramps inside the office area will not be acceptable. D. Contiguous space is required. E. Street-level space is preferred. F. Where space is located above street level, elevator service shall consist of a minimum of two accessible elevators which serve the floor proposed for the Government. One of the accessible elevators may serve as a freight elevator. G. Space offered shall be no more than twice as long as it is wide. H. Space offered shall have open areas where columns and other obstructions do not hinder efficient space layouts and office workflow. Columns shall be at least 20' from any interior wall and from each other and shall be no more than 2' square. EVALUATION FACTORS Price is of less importance than the technical award factors with the maximum combined score for any offer being 300 points. The lease will be awarded to that offer which provides the greatest value to the Government, price and technical award factors considered. The following technical award factors, each listed with its relative importance to the other technical award factors, will be used for this acquisition. PAST PERFORMANCE 40 LAYOUT AND LOCATION IN BUILDING. 35 QUALITY 25 PAST PERFORMANCE EXCELLENT (3) For an offeror to achieve an excellent rating, their offer must substantially satisfy all of the following criteria: • All members of the development team must have prior experience with at least three projects of similar size and scope to that required by the Government, as referenced in the RLP. • All three references regarding quality and timeliness of other projects must demonstrate to the Contracting Officer's satisfaction that the projects were delivered on schedule and of a sufficient level of quality to be deemed "excellent quality." • All three references regarding performance during the lease term must demonstrate to the Contracting Officer's satisfaction that the offeror's delivery of services and maintenance is provided according to schedule and at a sufficient level of quality to be deemed "excellent." GOOD (2) For an offer to receive a good rating, their offer must substantially satisfy all of the following criteria: • All members of the development team must have prior experience with at least two projects of similar size and scope to that required by the Government, as referenced in the RLP. • The references regarding timeliness and quality of other projects must demonstrate to the Contracting Officer's satisfaction that their projects were delivered on schedule and on a sufficient level of quality to be deemed "good quality." • The references regarding performance during the lease term must demonstrate to the Contracting Officer's satisfaction that the offeror's delivery of services and maintenance is provided according to schedule and at a sufficient level of quality to be deemed "good." FAIR (1) For an offer to receive a fair rating, their offer must substantially satisfy all of the following criteria: • Members of the development team must have prior experience with at least one project of similar size and scope to that required by the Government, as referenced in the RLP. • The references regarding timeliness and quality of other projects must demonstrate to the Contracting Officer's satisfaction that their projects were delivered on schedule and on a sufficient level of quality to be deemed "fair quality." • The references regarding performance during the lease term must demonstrate to the Contracting Officer's satisfaction that the offeror's delivery of services and maintenance is provided according to schedule and at a sufficient level of quality to be deemed "fair." QUALITY EXCELLENT (3) The space offered is located in a new office building with a facade of stone, marble, brick, stainless steel, aluminum or other materials in excellent condition. The building projects a professional and aesthetically pleasing appearance including an attractive lobby and entranceway. The surrounding property is professionally landscaped and well maintained. The building has excellent natural lighting, windows are energy efficient and the building is well insulated. The facade, downspouts, roof trim, and window casing are clean and in excellent condition. All building systems (heating, ventilation and air conditioning, fire prevention, elevator, plumbing, electric) are new and energy efficient. The space offered provides for excellent physical security of the building. GOOD (2) The space offered is located in a modern building and has undergone, or will undergo by occupancy, a first class restoration or adaptive reuse for office space with modern conveniences. The building exterior (including downspouts, roof, trim, and window casing) is clean and in good repair. The building has an attractive facade, energy efficient windows, adequate natural light, and an attractive lobby and entrance. The surrounding property is attractively maintained. Although the building systems (heating, ventilation and air conditioning, fire prevention, elevator, plumbing, electric) are not new, all will be replaced or renovated with new material prior to occupancy. The space offered provides for good physical security of the building. FAIR (1) The space offered is not located in a new or modern office building, but is in a building which has undergone, or will undergo by occupancy, a restoration or adaptive reuse for office space which is basically cosmetic in nature. The building's exterior is in fair condition, the facade is acceptable, natural lighting is fair, and windows have been reconditioned so that they are energy efficient. Surrounding property is maintained in a fair condition including lobby and entrance. At least one or two of the building systems (heating, ventilation and air conditioning, fire prevention, elevator, plumbing, electric) have undergone renovations in which equipment has been reconditioned and cosmetic changes have been made to the system's appearance. The space offered provides for fair physical security of the building. LAYOUT AND LOCATION IN BUILDING EXCELLENT (3) The space offered has the potential for a very efficient layout of interior offices and furniture and would be consistent with the highest and best intended Government use. It is single floor, ground floor, contiguous, level, more square than rectangular in shape, and would lend itself to an efficient agency layout of either conventional or modular furniture. There is a minimum of columns, power poles, or structural obstacles that would impede efficient layout. The front entrance of the space is conducive to a reception area sufficient to handle the office's needs. The space is located on the ground floor. GOOD (2) The space offered has the potential for an efficient layout of interior offices and furniture and would be consistent with the Government's intended use. The space offered is a single floor, contiguous, level, and more rectangular than square in shape (not more than twice as long as it is wide). The design could accommodate either conventional or modular furniture. There are a few columns, power poles, or obstacles that would minimally interfere with an ideal office layout. The front entrance could accommodate a reception area that could approximate the needs of the office. The space is located above ground floor and is serviced by multiple elevators. FAIR (1) The space offered has the potential for an adequate layout of interior offices and furniture that would accommodate the Government's intended use of the space. The space offered is single floor, or if multi-floored the major office operation is on one floor. The space is significantly more rectangular than square in shape (three times as long as it is wide) or odd shaped such as an L-shaped space. While the space could accommodate the office layout or, if applicable, a modular furniture design, the design would result in wasted space due to an excessive number of structural objects or the nature of the space which would impede an efficient office flow. The space is located above ground floor and is serviced by at least two elevators, one of which could be a freight elevator. The offerors with space located above ground floor that is serviced by one elevator will get no points for layout and location in building. Offered space must meet Government requirements for fire safety, accessibility, seismic and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 100 year flood plain. The U.S. Government currently occupies office and related space in a building under lease in Melville, New York, that will be expiring. The Government is considering alternative space if economically advantageous. In making this determination, the Government, will consider, among other things, the availability of alternative 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 telecommunication infrastructure, and non-productive agency downtime. Expressions of Interest Due: 5:00 p.m. EST, Thursday, January 23, 2014 Market Survey (Estimated): Friday, January 31, 2014 Occupancy (Estimated): TBD Send Expressions of Interest to: Vince LaManna, First Vice President 88 Froehlich Farm Boulevard, Woodbury, NY 11797 (517) 677-1742 │ (516) 364-6943 vincent.lamanna@cbre.com Government Contact Lease Contracting Officer: Michelle Jackson Broker: Shannon Schoening Please reference project #1NY2049
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBTC/1NY2049/listing.html)
- Place of Performance
- Address: Melville, New York, United States
- Record
- SN03263512-W 20140110/140109001709-dea8d1ae906c4a52f86ba7956e1d5229 (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 |