SOLICITATION NOTICE
X -- UNITED STATES GOVERNMENT Seeks Expressions of Interest to Lease Office Space
- Notice Date
- 3/3/2014
- 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-EOI
- 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
- Northern Virginia - Metro-proximate The United States Government (Government) seeks to lease office and related space for use by the Transportation Security Administration (TSA) consisting of up to 625,000 Rentable Square Feet (RSF) with a minimum of 543,478 ANSI/BOMA Office Area Square Feet (ABOA). The proposed term is 15 years firm plus a five (5) year renewal option. The estimated full occupancy date is February 2018 with phased occupancy commencing on approximately August 2017. The Government will consider existing buildings and existing lease locations to satisfy these requirements. The Government will also consider new construction that, in the opinion of the Government, can provide occupancy consistent with the estimated occupancy date. MINIMUM REQUIREMENTS The requirement is for office and related space located within the following submarket(s) within the DC metropolitan area: v Northern Virginia - Metro-proximate 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. If a two (2) building solution is proposed, both buildings must be no more than 660 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 and operational Metro-rail station handicap accessible entrance, as determined by the General Services Administration (GSA). All Metro stations must be operational at the time of Lease Award, estimated to be 2 nd Quarter of 2015. All buildings submitted must comply with the Interagency Security Committee Level IV standards, including 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 lease requirement is for a fiscal year 2018 prospectus and is bound by the proposed Congressional parameters accordingly. Any offer must provide a basis for GSA to determine that award of a lease involving the offered building(s) will, under the National Environmental Policy Act (NEPA - 42 U.S.C. Sec. 4 321, et seq.) as implemented in the GSA NEPA Desk Guide (October 1999 ), result in either 1) a Categorical Exclusion (CATEX) from the requirement to prepare an Environmental Assessment (EA) or an Environmental Impact Statement (EIS), or 2) a Finding of No Significant Impact (FONSI) as the result of performing an EA. Any offer that, in GSA's opinion, would require preparation of an EIS shall be considered technically unacceptable and ineligible for award. •· Any and all buildings submitted must meet the requirements of LEED â -NC (Leadership in Energy and Environmental Design for New Construction) SILVER or LEED â -EB (Leadership in Energy and Environmental Design for Existing Buildings) SILVER level as a minimum requirement. The LEED requirements necessary to meet this minimum requirement shall not include any of the Government's leased premises or tenant installations including, but not limited to, their furniture, fixtures, equipment and / or products planned, purchased, installed and / or operated by the Government. •· In conjunction with the base building requirements for LEED â -NC SILVER or LEED â -EB SILVER (as outlined above), the tenant space to be delivered under this solicitation must meet the requirements of LEED â -CI (Leadership in Energy and Environmental Design for Commercial Interiors) Certified level as a minimum requirement. •· Any and all offered buildings must have access to major commercial fiber optic network(s) at the property line. Interested parties responding to this request for Expressions of Interest 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. Responses must be submitted in writing and must include the following: Ø A brief summary of interest to include name and address of subject building(s) or site(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 (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 commercial fiber optic network(s). Ø Current or planned building security level in accordance with the Interagency Security Committee criteria for Leased Space. Ø Any financial and proposed rental rate projections/estimates. In the event that a potential Offeror fails to provide the requested information, the Government reserves the right to assume that the potential Offeror cannot meet the Government's requirement. GSA is using a tenant broker to assist the Government in lease negotiations for this transaction. In no event shall a potential Offeror enter into negotiations or discussions concerning a space to be leased with representatives of any federal agency other than the authorized contracting officer of the GSA or their authorized representative, Jones Lang LaSalle Americas, Inc. Questions and concerns shall be directed in writing to Jae Lee / jae.lee@am.jll.com and Bill Craig / bill.craig@am.jll.com at Jones Lang LaSalle Americas, Inc. Expressions of Interest, including all required documents, must be submitted to U.S. General Services Administration (GSA) at the address below: U.S. General Services Administration National Capital Region 301 7 th Street, SW Room 6256 Washington, DC 20407 ATTN: Mark Stadsklev Contracting Officer REF: RLP No. 2VA0687 Deadline for receipt is no later than: 4:30pm EST on Monday, March 17, 2014. Personal deliveries shall be accepted at the above address, between the hours of 8:30 am and 4:30 pm, Monday through Friday. Please reference RLP No. 2VA0687 on the submittal package. One (1) original and two (2) copies of expressions of interest shall be submitted / delivered to the Government. Documents must be properly completed and submitted / delivered no later than 4:30 pm on the required submission due date. In addition to the hard-copies, an e-mail submission shall also be sent to jae.lee@am.jll.com and bill.craig@am.jll.com.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/NBJLLA/2VA0687-EOI/listing.html)
- Place of Performance
- Address: 1801 K Street, NW - Suite 1000, Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Zip Code: 20006
- Record
- SN03300847-W 20140305/140303234312-da38689c0611110f09105dad87bd60c8 (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 |