Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2014 FBO #4451
SOLICITATION NOTICE

X -- U.S. Government seeks to lease office space in Hyannis, MA

Notice Date
1/29/2014
 
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
4MA0158
 
Archive Date
2/26/2014
 
Point of Contact
Howard A Traul, Phone: 202-719-5860
 
E-Mail Address
howard.traul@am.jll.com
(howard.traul@am.jll.com)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Massachusetts County: Barnstable City: Hyannis Delineated Area: North - Route 6 from Willow Street to Route 132; East - Camp Street to Yarmouth Street to Willow Street; West - Route 132 to Phinney's Lane to Strawberry Hill Road to West Main Street; South - West Main Street to Main Street to East Main Street. Minimum Sq. Ft. (ABOA): 5,538 Maximum Sq. Ft. (ABOA): 5,815 Space Type: Office Parking Spaces (Total): One (1) reserved; 20 available for visitors and employees Full Term: 10 years Firm Term: 7 years Option Term: 5 years Additional Requirements: Subleases will not be considered. The Government prefers ground floor, contiguous one level office space. If offered space is above ground floor (on-grade), then it must be located on one floor, be contiguous space and serviced by a minimum of two elevators. Space should be professional quality office space. The overall dimensions of the space shall have a maximum length to width ratio of 2 to 1. Any office space either having or requiring any ramps within the office will not be. Offered space must be capable of being designed for an efficient and functional layout to meet the Agency's purposes, and any columns within the offered space must meet the minimum spacing standards as stated in the RLP. The proposed leased space shall be fully serviced. Offered space shall not be in a flood plain unless there are no other practicable alternatives. This procurement will be subject to all the requirements, specifications, standards, rules, regulations, laws, Executive Orders, and other requirements as stipulated in the Request for Lease Proposal (RLP) that will be issued pursuant to this advertisement. The required occupancy date is no later than May 15, 2015. The Government intends to use the information requested below from prospective sources to issue a Request for Lease Proposal. Expressions of Interest must be received in writing no later than Tuesday, February 11, 2014 at 5:00 PM, and should include at a minimum the following information: • Building name and address • Name of the legal owner of record for the offered property • Location of space in the building and date of availability • Rentable Square Feet (RSF) offered and full service rental rate per RSF • ANSI/BOMA Office Area (ABOA) square feet offered and full service rental rate per ABOA SF • Lessor offered Tenant Improvement Allowance (Work Letter) • Scaled floor plans (as-built) identifying offered space • Evidence of ability to meet the estimated occupancy date of no later than May 15, 2015 • Name, address, telephone number, and email address of authorized contact. Owners, brokers, or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered. If offering more than one property, then a signed letter from ownership stating they are aware that they are representing more than one property, specifically naming the other property and its address. Projected Dates: Expressions of Interest Due: February 11, 2014 Market Survey (Estimated): February 18, 2014 Offers Due (Estimated): March 22, 2014 Occupancy (Estimated): May 15, 2015 Authorized Contacts: GSA is using a tenant broker to represent the Government in lease negotiations for this transaction. In no event shall the Offeror enter into negotiations or discussions concerning this space requirement with any Federal Agency other than the General Services Administration (GSA) Lease Contracting Officer or their authorized representative, Jones Lang LaSalle Americas, Inc. Interested parties should send expressions of interest to the mailing or email address below: Jones Lang LaSalle Americas, Inc. Attn: Howard Traul 1801 K Street, NW - Suite 1000 Washington, DC 20006 (202) 719-5860 Howard.Traul@am.jll.com With a copy sent to: GSA - Public Buildings Service Lease Execution Division Attn: Donna Sidman 10 Causeway Street, 10th Floor Boston, MA 02222 Donna.Sidman@gsa.gov Please reference Project Number 4MA0158. Contracting Office Address: 1801 K Street, NW - Suite 1000 Washington, DC 20006 Primary Point of Contact: Howard Traul GSA Broker Representative Jones Lang LaSalle Howard.Traul@am.jll.com (202) 719-5860
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/4MA0158/listing.html)
 
Record
SN03276787-W 20140131/140129234331-79c0f9d54fd9ae3e07f949d2b7194c09 (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.