MODIFICATION
X -- US GOVERNMENT SEEKS LEASED LAB & OFFICE SPACE IN HOUSTON, TX
- Notice Date
- 2/6/2014
- Notice Type
- Modification/Amendment
- 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
- 1TX2334a
- Archive Date
- 3/7/2014
- Point of Contact
- Peter A. Sellis, Phone: 312-228-3275
- E-Mail Address
-
peter.sellis@am.jll.com
(peter.sellis@am.jll.com)
- Small Business Set-Aside
- N/A
- Description
- A. Statement of Requirements. The Government is seeking to enter into a lease for space meeting the following requirements: City, State: Houston TX Delineated Area: Beginning at intersection I-10 and W. Sam Houston Tollway: traveling south on W. Sam Houston Tollway to the intercession of Westheimer Road; traveling east on Westheimer road to the intersection of Gessner road; traveling south on Gessner road to the intersection of Westpark Tollway; traveling east on Westpark Tollway to the intercession of W. Sam Houston Tollway; traveling south on W. Sam Houston Tollway to the intersection of Hwy 90; traveling west on Hwy 90 to the intersection of Hwy 90 and Eldridge Rd; traveling north on Eldridge Rd to the intersection of Eldridge and West Bellfort; traveling west on Bellfort to the intersection of West Bellfort and Belknap, traveling north on Belknap Rd, which turns into Eldridge Pkwy; traveling north to I-10; traveling east to I 10 to intersection of I-10 and W Sam Houston Tollway. Minimum Sq. Ft. (ABOA): 35,000 ABOA Space Type: Laboratory/Office Parking Spaces (Total): 75 Parking Spaces (Surface): 75 Parking Spaces (Structured): 3 covered spaces approximately 12’ x 35’ each. Parking Spaces (Reserved): 5 secured spaces Full Term: 10 years Firm Term: 5 years Option Term: None Additional Requirements: -Loading area is required, capable of accommodating a 52-foot tractor-trailer. -Existing buildings as well as new construction will be considered. -Facility cannot be located within 250 feet of a residential area or within 100 feet of an airport, railroad or other use that causes significant vibration. This may include railroad tracks depending on the volume/type of traffic. -Outdoor air intake must be clear of truck exhaust and any other particulate producing uses. -HAZMAT storage shall be located in a restricted area away from loading docks, entrances, and uncontrolled parking. -HAZMAT storage must be 50 feet from the property line, and 50 feet from the building unless 4 hour fire suppression is provided -Single-tenant facilities are preferred, but multi-tenant buildings will be considered if capable of meeting agency security requirements. -Award will be made based on price and other factors. The agency prefers owners/developers with experience developing comparable laboratory facilities. -Offered space must be completely protected by a fire sprinkler system and meet additional Government requirements for fire safety, accessibility, seismic, and sustainability standards/LEED Certification per the terms of the Lease. A fully serviced lease is not required.. Subleases will not be considered. New construction will not be considered Offered space must meet Government requirements for Fire, Safety and Handicapped Accessibility, and Sustainability set forth in the Solicitation for Offers. Offered space shall not be in the 100 year flood plain. The Government is considering 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. B. Projected Dates. Expressions of Interest must be submitted to the above address by 4:00 PM CST on 2/20/14 and must include the following information: • Building name and address and location of the available space within the building. • Rentable square feet available and expected rental rate per rentable square foot, fully serviced. • ANSI/BOMA Office area square feet (OASF) to be offered and expected rental rate per OASF, fully serviced. Indicate whether or not the quoted rental rate includes an amount for tenant improvements and state the amount, if any. • Date of space availability. • Method of rentable space measurement. • Building ownership information. • Amount of parking available on-site and its cost. Include whether expected rental rate includes the cost of the required Government parking (if any). • Energy efficiency and renewable energy features existing within the building. • List of building services provided. The Government’s decision regarding whether to relocate will be based, in part, on information received in response to this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/1TX2334a/listing.html)
- Place of Performance
- Address: Houston, Texas, United States
- Record
- SN03282475-W 20140208/140206234314-9d79fe4d4b55c96ad430b4df6e9f3a26 (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 |