Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2014 FBO #4443
SOLICITATION NOTICE

X -- UNITED STATES GOVERNMENT - Request For Information

Notice Date
1/21/2014
 
Notice Type
Presolicitation
 
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
2VA0687
 
Point of Contact
Jae H Lee, Phone: 202-719-5009, William F. Craig, Phone: 703-485-8736
 
E-Mail Address
jae.lee@am.jll.com, bill.craig@am.jll.com
(jae.lee@am.jll.com, bill.craig@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
Seeking Written Feedback on a Pending Procurement Prior to Issuing a Formal Advertisement and Request For Lease Proposal Market Information Only Northern Virginia - Metro-proximate In accordance with Federal Acquisition Regulation Part 15.201, the U.S. General Services Administration ("GSA" or "Government") is seeking written market feedback from potential sources for up to 625,000 Rentable Square Feet (RSF) of office and related space. The information provided will be used to assess the availability of suitable space and to assist the Government in establishing the methodology by which suitable space will be procured. Based on market information, the Government will determine whether a procurement strategy resulting in an award to one Offeror (a single owner/developer) or a procurement strategy allowing for multiple awards will best meet the Government's space requirement. MINIMUM REQUIREMENTS The proposed requirement is for office space located within the following submarket(s) within the DC metropolitan area: v Northern Virginia (Metro-proximate) The anticipated term is 15 years firm. The estimated phased occupancy date is to commence approximately August 2017 with full occupancy by February 2018. The space requirement is to be housed in a single building solution or a multiple building solution within a maximum of two (2) buildings via any combination of existing and / or new construction. T he following are additional minimum requirement criteria for consideration: If a two (2) building solution is proposed, both buildings must be no more than 1,320 walkable linear feet (wlf) apart. The space offered must be contiguous on full floors and adjacent floors. The main accessible entrance to all building(s) must be 2,640 walkable linear feet (or less) from an existing Metro-rail station pedestrian entrance, as determined by GSA. All buildings submitted must comply with the Interagency Security Committee Level IV standards for Existing Leased Buildings regardless of percentage of occupancy. Any and all buildings shall permit 100% Government control of parking facilities (structured and/or surface) as part of the offer. Offered space shall not be in the 100 or 500 year flood plain. This is a prospectus level requirement and is bound by the proposed Congressional parameters. Interested parties responding to this Request for Information must be prepared to offer buildings of sound and substantial construction, with a "Class A" finish level. All buildings must meet all current applicable Federal, state, and local government building codes and regulations, and achieve a "Certified" rating for LEED-CI (Commercial Interiors) as a minimum. Any / all offered building(s) must have access to major commercial fiber optic network(s) at the property line. Any / all buildings submitted must also comply with the Interagency Security Committee Level IV standards for Existing Leased Buildings, regardless of percentage of occupancy ( www.oca.gsa.gov ). Responses must be submitted in writing and must also include the following: Ø A brief summary of interest to include name and address of subject building(s), size of subject spaces (RSF), date of availability, nearest Metro Station. Include the name, address, telephone number and E-mail address of Owner's Representative. Ø A table outlining the size of the subject space(s) to include Usable Square Feet (USF), Rentable Square Feet (RSF) and Common Area Factor. Ø Representative Floor Plans (and Building Key Plans and location plans) showing size, type, location and access to the subject space. Ø Estimated timeframe on when base building(s) will be ready for tenant improvement build-out. Ø Parking Availability to include 85 reserved official parking spaces, as well as the suitability of future Government control of all other parking on site. Ø Availability and location of building connection(s) to major fiber optic service(s). Ø Current or planned building security level in accordance with the Interagency Security Committee criteria for Leased Space. Ø Any financial or proposed rental rate projections, if available. This notice is for market research purposes only and submissions to this Request for Information are not considered to be formal offers of space or commitments to hold or lease space in the future. The Government's decision regarding the acquisition of space for this requirement may be based on information received in response to this market inquiry. However, the Government is under no obligation to issue a solicitation based upon information received in response to this request. GSA will utilize a tenant broker to represent the Government for any future transaction involved with this proposed procurement, and to assist in consideration of responses to this RFI. Questions and concerns can be directed to Jae Lee (202) 719-5009 / jae.lee@am.jll.com or Bill Craig (703) 485-8736 / bill.craig@am.jll.com at Jones Lang LaSalle Americas, Inc. E-mail informational responses to: E-mail: jae.lee@am.jll.com Jae H. Lee Jones Lang LaSalle Americas, Inc 1801 K Street, NW - Suite 1000 Washington, DC 20006 Phone: (202) 719-5009 For receipt no later than: 3:00pm EST Friday, January 31, 2014. Please reference Project Number 2VA0687.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/2VA0687/listing.html)
 
Place of Performance
Address: 1801 K Street, NW Suite 1000, Washington, District of Columbia, 20006, United States
Zip Code: 20006
 
Record
SN03271535-W 20140123/140121234247-1b619bae7601427537d6242864d4f229 (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.